Lock & Dam 5A AFFF Extinguisher Cleanout
ID: W912ES25QA015Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW07V ENDIST ST PAULSAINT PAUL, MN, 55101-1323, USA

NAICS

All Other Miscellaneous Waste Management Services (562998)

PSC

HOUSEKEEPING- FIRE PROTECTION (S202)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Apr 3, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 3, 2025, 12:00 AM UTC
  3. 3
    Due Apr 25, 2025, 10:00 PM UTC
Description

The Department of Defense, specifically the U.S. Army Corps of Engineers, is seeking contractors for the cleanout of a Film Forming Fluoroprotein (FFFP) extinguisher cart located at Lock and Dam 5A in Fountain City, Wisconsin. The contractor will be responsible for disabling and emptying the extinguisher, disposing of its contents, cleaning the vessel, and providing documentation of the disposal process. This service is crucial for maintaining safety and compliance with fire protection standards, as the extinguisher is a government-owned asset that must remain in custody after the work is completed. The total contract value is estimated at $16,500,000, with a completion deadline set for June 30, 2025. Interested parties should contact Karl Just at karl.p.just@usace.army.mil or 651-290-5768 for further details.

Files
Title
Posted
Apr 3, 2025, 9:04 PM UTC
The owner's service manual for Amerex Model 630 (Wheeled) and Model 631 (Stationary) 33-gallon alcohol-resistant foam fire extinguishers outlines essential installation, operation, maintenance, and servicing details. These extinguishers, designed for Class A and Class B fire fighting, utilize a nitrogen cylinder operation and are effective against various flammable liquids. Users are cautioned to ensure proper maintenance by trained professionals and warned against using substitute parts to avoid voiding warranties. Key instructions include recharging after use, performing monthly inspections, and the necessity of replacing the foam charge every three years. Comprehensive maintenance procedures and troubleshooting tips are provided to ensure optimal functionality. The manual emphasizes the importance of adhering to NFPA-10 standards, proper storage conditions, and the need for training individuals expected to operate the equipment. This document serves as a critical resource in ensuring firefighter safety and equipment reliability within federal, state, and local government regulations, reinforcing the commitment to public safety.
Apr 3, 2025, 9:04 PM UTC
The document outlines a federal request for proposals (RFP) seeking contractors to develop a comprehensive community-based program aimed at enhancing local economic development. The initiative focuses on fostering partnerships among public and private sectors, encouraging innovation, and ensuring sustainable practices to stimulate job creation and attract investments. Key requirements include the submission of a detailed project plan, outlining methodologies for stakeholder engagement, targeted outreach strategies, and performance metrics for evaluating success. The RFP emphasizes the importance of addressing the unique socio-economic needs of the community while promoting inclusivity and equity in all proposed solutions. Grant funding would be allocated to support approved projects, with an expectation for measurable outcomes that align with overarching federal economic objectives. This effort reflects the government's commitment to empowering communities through strategic investment and collaboration in the face of evolving economic challenges.
Apr 3, 2025, 9:04 PM UTC
The document outlines a solicitation for a contract regarding the cleanout of a Film Forming Fluoroprotein (FFFP) extinguisher cart at Lock and Dam 5A, managed by the US Army Corps of Engineers. The contractor is tasked with disabling, emptying, and disposing of the extinguisher's contents as well as cleaning and providing documentation of the disposal. The total award amount for this contract is USD 16,500,000, with a completion deadline set for June 30, 2025. The proposal requires registered contractors in the System for Award Management (SAM) and mandates electronic bids directed to the specified contact. Various Federal Acquisition Regulation (FAR) clauses regarding vendor eligibility, employment, and specific procurement standards are applicable to this solicitation. The document also emphasizes the importance of compliance with security protocols for contract personnel accessing federal facilities, and includes stipulations for subcontracting involving small businesses. This solicitation aims to ensure safety and regulatory standards are followed during the specialized service required for the FFFP extinguisher cleanout.
Apr 3, 2025, 9:04 PM UTC
Lifecycle
Title
Type
Combined Synopsis/Solicitation
Similar Opportunities
Lock & Dam 5A Routine Gate Maintenance Quality Assurance Services
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers, is seeking qualified contractors to provide Quality Assurance (QA) services for Routine Gate Maintenance at Lock and Dam 5A in Fountain City, Wisconsin. The procurement involves overseeing inspections and ensuring the quality of construction work performed by another contractor, including tasks such as QA inspections of steel repairs, painting methods, and compliance with safety standards. This initiative is critical for maintaining the structural integrity and operational efficiency of the dam, with a contract value of approximately $19 million and a performance period from June 1, 2025, to May 31, 2026, including options extending to December 2028. Interested small businesses must submit their proposals, including qualifications and past performance documentation, to Contract Specialist Justin H. Rose at justin.h.rose@usace.army.mil by the specified deadline.
Repair Fire Suppression
Buyer not available
The Department of Defense, specifically the Department of the Army, is seeking contractors to perform repairs on fire suppression systems at the 153d Airlift Wing located in Cheyenne, Wyoming. The project involves a comprehensive inspection and replacement of components such as mechanical seals and solenoid valves on fire pumps, ensuring the systems remain operational and compliant with safety standards. This maintenance is critical for safeguarding government facilities and ensuring effective fire protection measures are in place. Interested contractors should note that the total award amount is $19,000,000, with a submission deadline extended to May 6, 2025, and a mandatory site visit scheduled for April 29, 2025. For inquiries, contact Kristopher W. Kahle at kristopher.kahle@us.af.mil or Christopher Davalos at christopher.davalos.1@us.af.mil.
USDA Dairy Forage Research Center (DFRC)
Buyer not available
The U.S. Army Corps of Engineers is soliciting proposals for the construction of a new Dairy Forage Research Center (DFRC) in Prairie du Sac, Wisconsin, with an estimated budget between $25 million and $100 million. The project aims to provide comprehensive facilities to support the USDA Agricultural Research Service's mission, accommodating up to 452 lactating cows, 144 calves, and extensive crop production across approximately 642,000 gross square feet. This initiative is critical for advancing agricultural research and improving dairy production practices through modern infrastructure. Interested contractors must submit their proposals by May 27, 2025, and can direct inquiries to Nicole Parker at nicole.l.parker@usace.army.mil or Jeffrey Wyant at jeffrey.w.wyant@usace.army.mil.
Lock & Dam 7 Outdraft Modification
Buyer not available
The Department of Defense, through the Department of the Army, is seeking contractors for the Lock & Dam 7 Outdraft Modification project located in La Crescent, Minnesota. This procurement involves modifying the existing weir and constructing a new rock weir structure at Lock & Dam 7, in accordance with the provided contract drawings and specifications. The project is significant for enhancing the infrastructure of non-building facilities, and it is set aside 100% for small businesses, with a firm fixed-price contract expected to range between $5 million and $10 million. Interested parties should contact Justin H. Rose at justin.h.rose@usace.army.mil or by phone at 651-290-5422 for further details.
Army PFAS Response and Sampling Tool, Seattle District (NWS), U.S. Army Corps of Engineers (USACE)
Buyer not available
The U.S. Army Corps of Engineers (USACE) is seeking information from qualified firms regarding their capabilities to provide remediation services related to Per- and Polyfluoroalkyl Substances (PFAS) in the Seattle District. The anticipated procurement will involve an Indefinite Delivery Indefinite Quantity (IDIQ) contract, with a total capacity of $85 million over a five-year period, focusing on off-post PFAS response actions, including sampling and clean drinking water solutions at multiple Army installations. This opportunity is crucial for addressing environmental concerns and ensuring public health safety in relation to PFAS contamination. Interested firms must submit their responses by 2:00 PM Pacific Daylight Time on May 5, 2025, to Russ Armstrong at russell.j.armstrong@usace.army.mil, and are encouraged to demonstrate relevant experience and capabilities in their submissions.
Fire Extinguisher Maintenance Services
Buyer not available
The Department of Defense, specifically the Department of the Navy, is soliciting proposals for fire extinguisher maintenance services at Marine Corps Air Station New River in North Carolina. The contractor will be responsible for the maintenance, repair, and recharge of 140 Halotron flightline fire extinguishers, which includes six-year maintenance and twelve-year hydrostatic testing, all in compliance with specified standards and regulations. This procurement is critical for ensuring operational safety through the proper maintenance of essential fire safety equipment. Interested contractors must submit their bids by May 5, 2025, at 2:00 PM, and are encouraged to contact Monica R. Thomas at monica.r.thomas.civ@usmc.mil or Michael Dobbins at michael.dobbins@usmc.mil for further information.
Tank T1617 Repair and Tank 3535 Examination
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting bids for the repair of Tank T1617 and the examination of Tank T3535 at Shaw Air Force Base, South Carolina. The project involves cleaning, coating, and repairing the interior and exterior of Tank T1617, a 250,000-gallon deluge water storage tank, while Tank T3535, a 200,000-gallon water storage tank, will undergo an assessment of its interior and exterior. This procurement is crucial for maintaining the operational readiness and safety of water storage facilities, with a contract value estimated between $250,000 and $500,000. Interested parties, particularly those certified as Women-Owned Small Businesses, must submit their electronic bids by May 28, 2025, with a site visit scheduled for April 22, 2025, and all inquiries directed to Darrel Ford at darrel.ford.3@us.af.mil.
Construction of Energetic Waste Incinerator (EWI) complex, Lake City Army Ammunition Plant (LCAAP), Missouri
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers, Kansas City District, is seeking qualified firms for the construction of a new Energetic Waste Incinerator (EWI) complex at the Lake City Army Ammunition Plant (LCAAP) in Missouri. This Design-Bid-Build (DBB) contract aims to replace the existing Building 97 and associated storage facilities with a state-of-the-art facility designed for the safe disposal of energetic materials, including an incinerator building, Earth Covered Magazines for environmental waste storage, and a Slurry Building for handling various contaminated materials. The project, valued between $250 million and $500 million, is crucial for maintaining safety and efficiency in the disposal of military energetic waste. Interested parties must submit their qualifications by May 5, 2025, to David Miller at david.f.miller@usace.army.mil, and are encouraged to register for an upcoming informational webinar by contacting both David Miller and Michael France.
REPLACEMENT FIRE SUPPRESSION
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard's Surface Forces Logistics Center, is soliciting quotes for the procurement of replacement fire suppression systems and associated kits under Request for Quote number 70Z08525Q40068B00. This procurement is a total small business set-aside and requires that only authorized distributors of the Original Equipment Manufacturer (OEM), A.F.P. Corp (CAGE Code 0DS58), submit bids, which must include proof of authorization. The items are critical for ensuring effective firefighting capabilities within the Coast Guard, with a required delivery date of July 20, 2025, and quotes due by May 1, 2025. Interested vendors should contact Gina Baran at gina.m.baran@uscg.mil for further details and ensure compliance with all specified packaging, shipping, and invoicing requirements.
Clean Diesel Fuel Tank
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the cleaning of a 10,000-gallon diesel fuel tank at Holloman Air Force Base in New Mexico. The contractor will be responsible for providing all necessary labor, materials, tools, and equipment to ensure the proper cleaning of the tank and its associated piping, adhering to environmental and regulatory standards for waste disposal. This one-time service is critical for maintaining facility safety and compliance, with a total contract value estimated at approximately $47 million. Interested parties, particularly Service-Disabled Veteran-Owned Small Businesses (SDVOSB), must submit questions by May 1, 2025, and are encouraged to attend a site visit on April 30, 2025, at 10:00 AM. For further inquiries, contact Leonardo Dominguez at leonado.dominguez.1@us.af.mil or Barron Kartchner Ramos at barron.kartchnerramos@us.af.mil.