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
    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
    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.
    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.
    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.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Corps Island Unloading
    Dept Of Defense
    The U.S. Army Corps of Engineers (USACE), St. Paul District, is preparing to solicit bids for the Corps Island Unloading project, which involves the removal of approximately 450,000 cubic yards of stockpiled dredge material from Corps Island, located near Diamond Bluff, WI. The project aims to utilize hydraulic and/or mechanical methods for the placement of dredged materials, which have historically been deposited in this area due to its lack of road access. The anticipated contract value ranges from $5 million to $10 million, and it will be awarded as a Firm, Fixed-Price contract under a Total Small Business set-aside. Interested contractors should note that the solicitation will be issued via SAM.gov, and they must be registered in the System for Award Management (SAM) to be eligible for award. For further inquiries, contact Theodore Hecht at the email address theodore.r.hecht@usace.army.mil or by phone at 651-290-5415.
    Evaluate Fire Suppression Bldg. 126 at the Watervliet Arsenal, Watervliet , NY
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting proposals from qualified contractors to evaluate and modify the fire suppression system in Building 126 at the Watervliet Arsenal in New York. The project, valued at $19,500,000, involves the removal of existing shelving units, updating the fire suppression system to meet current codes, and providing stamped engineered drawings. This procurement is critical for ensuring the safety and compliance of the facility's fire suppression capabilities. Interested small businesses, particularly Women-Owned Small Businesses (WOSB), must submit their proposals electronically and adhere to various federal regulations, with the period of performance set from January 1, 2026, to March 31, 2026. A mandatory site visit is scheduled for December 17, 2025, and interested parties should contact Christopher Battiste at christopher.k.battiste.civ@army.mil for access arrangements.
    Fountain City Service Base (FCSB) 1st Floor Mississippi River Project Office (MRPO) Renovation Design-Build Construction Project
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, St. Paul District, is soliciting qualifications for the Fountain City Service Base 1st Floor Office Renovation Project in Fountain City, Wisconsin. This project involves the renovation of approximately 60% of the first floor of the office building, converting bulk storage into modern office spaces, and includes responsibilities for design, demolition, material procurement, and construction, with all work to be completed within 365 days of contract award. The procurement follows a two-phase design-build selection process, starting with a Request for Qualifications (RFQ) to shortlist qualified teams, followed by a Request for Proposals (RFP) for those selected. Interested firms must submit their qualifications and past performance information by the specified deadlines, with inquiries directed to Scott E. Hendrix at scott.e.hendrix@usace.army.mil.
    Lock and Dam (LD) 5A Routine Gate Maintenance Quality Assurance and LD 3&4 Gate Fabrication Quality Assurance
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE) St. Paul District, is seeking a contractor to provide Quality Assurance (QA) Inspection services for the Lock and Dam (LD) No. 5A Routine Gate Maintenance project and the LD 3 and 4 Miter Gate Fabrication Contract. The contractor will be responsible for QA inspections and testing related to construction contractor inspections, steel repairs, fabrication, and coatings, with services required at multiple locations in Iowa and Alabama, as well as Wisconsin. This project is critical for maintaining the integrity and functionality of the lock and dam infrastructure, ensuring safety and operational efficiency. The solicitation is anticipated to be issued in mid to late December 2025, with the contract set aside for small businesses and structured as a Firm, Fixed-Price Indefinite Delivery, Indefinite Quantity (IDIQ) contract, including a base year and four option years. Interested parties can contact Scott E. Hendrix at Scott.E.Hendrix@usace.army.mil or Kenneth Eshom at kenneth.j.eshom@usace.army.mil for further information.
    Fire Extinguisher Assembly & Valve
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Contracting Command – Detroit Arsenal, is preparing to solicit a Firm Fixed Price contract for the assembly and valves of fire extinguishers. This procurement involves a sole source contract with KIDDIE Technologies Inc for a total of 715 fire extinguisher assemblies and 3,720 fire extinguisher valves, which are critical components for military applications. The solicitation, identified as W912CH-25-R-0230, is expected to be released within two to four weeks, and interested contractors must be registered in the System for Award Management (SAM) to participate. For further inquiries, contractors can reach out to Contract Specialist Angelo Wilson at angelo.b.wilson.civ@army.mil.
    CGC STURGEON BAY WATER MIST FIRE SUPRESSION TESTING WITH UPDATE SOW
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified small businesses to provide services for the Hi-Fog Water Mist Fire Suppression System on the USCGC Sturgeon Bay, located in Bayonne, New Jersey. The contractor will be responsible for conducting a 5-year and annual inspection, renewing 29 bottles, and ensuring the system operates correctly, which includes setting up, testing, and returning the system to normal operation. This procurement is crucial for maintaining the safety and operational readiness of the vessel's fire suppression capabilities. Interested vendors must submit their quotations by 0800 Pacific Time on December 29, 2025, with the performance period scheduled from December 22 to December 29, 2025. For further inquiries, contact Donna O'Neal at Donna.J.O'Neal@uscg.mil or Ulises Balmaceda at Ulises.O.Balmaceda@uscg.mil.
    FY26 Duluth-Superior Maintenance Dredging (MD)
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is conducting market research through a Sources Sought notice for maintenance dredging services at the Duluth-Superior Harbor in Minnesota and Wisconsin. The project requires contractors to mobilize dredging equipment to perform mechanical dredging within designated areas of the harbor, with an estimated volume of dredged material ranging from 75,000 to 140,000 cubic yards, and depths of approximately 28 to 31 feet below Low Water Datum. This maintenance dredging is crucial for ensuring navigational safety and operational efficiency in the harbor, with the anticipated performance period set from June 15, 2026, to October 30, 2026. Interested parties must submit their responses, including a completed questionnaire detailing their capabilities and past project experience, to Contract Specialist Joseph Orlando and Contracting Officer Michelle Barr by 2:00 PM Eastern Time on January 5, 2026.
    Mechanical Unloading IDIQ
    Dept Of Defense
    The U.S. Army Corps of Engineers (USACE), St. Paul District, is planning to solicit a requirement for a Mechanical Unloading Indefinite Delivery Indefinite Quantity (IDIQ) contract focused on unloading dredge material and maintaining navigational channels. This procurement involves providing all necessary labor, materials, and equipment for unloading dredge material from Corps storage sites and dredging the navigational channel using mechanical equipment, with an estimated project value between $10 million and $25 million. The contract will be a Firm, Fixed-Price agreement and is set aside for Total Small Business participation, with the solicitation expected to be issued via SAM.gov. Interested contractors should ensure they are registered in the System for Award Management (SAM) and monitor the SAM.gov website for updates regarding the solicitation and bid submission deadlines. For further inquiries, contact Theodore Hecht at the USACE via email at theodore.r.hecht@usace.army.mil or by phone at 651-290-5415.
    Cornucopia Harbor Maintenance Dredging
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army through the W072 Endist Detroit office, is soliciting bids for the Cornucopia Harbor Maintenance Dredging project located in Cornucopia, Wisconsin. This project entails mechanical dredging within the Inner Harbor South Arm and North Arm, with optional work in the Outer Harbor, and the dredged material will be placed in three designated upland sites. The maintenance of the harbor is crucial for ensuring navigability and safety in the federal navigation channel, which supports local maritime activities. Interested contractors must note that the bid opening is scheduled for December 19, 2025, at 2:00 PM EST, and should direct inquiries to Dorretta Battles at 313-226-2719 or via email at dorretta.j.calhoun-battles@usace.army.mil. This opportunity is set aside for small businesses under the SBA guidelines.
    Janitorial Services for U.S. Army Corps of Engineers, St. Louis District, FUSRAP Office Locations
    Dept Of Defense
    The U.S. Army Corps of Engineers, St. Louis District, is seeking quotations for janitorial services at various FUSRAP office locations. The procurement aims to secure comprehensive custodial services in accordance with the Federal Acquisition Regulation (FAR) guidelines, ensuring a clean and maintained environment for operational efficiency. This opportunity is set aside for HUBZone small businesses, with a NAICS code of 561720 and a small business size standard of $22 million. Interested vendors should direct inquiries to Mary Coventry at mary.a.coventry@usace.army.mil or Rebekah Lamb at rebekah.lamb@usace.army.mil, with the solicitation document being effective through Federal Acquisition Circular FAC 2025-04.