Preventive Maintenance and Repair of Fire Suppression/Fire Alarm, Automatic Chemical Wash Systems and Hoods, Ducts, Fans & Filter Cleaning
ID: W912CN25Q0007Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMY0413 AQ HQ RCO-HIFORT SHAFTER, HI, 96858-5025, USA

NAICS

Plumbing, Heating, and Air-Conditioning Contractors (238220)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- FOOD PREPARATION AND SERVING EQUIPMENT (J073)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Defense, specifically the Army, is soliciting proposals for the preventive maintenance and repair of fire suppression and fire alarm systems, as well as automatic chemical wash systems and related cleaning services at various military facilities in Hawaii. The procurement aims to ensure the safety and operational readiness of these critical systems through semi-annual inspections, routine maintenance, emergency service calls, and compliance with established safety standards. This initiative underscores the importance of maintaining fire suppression infrastructure to uphold safety regulations in military operations. Interested small businesses, particularly those owned by veterans and women, are encouraged to submit their proposals by March 14, 2025, with further inquiries directed to Cierra Urquhart at cierra.s.urquhart.civ@army.mil or Kimberly Feng at kimberly.m.feng.civ@army.mil.

    Files
    Title
    Posted
    This document addresses inquiries from industry stakeholders regarding a government contract opportunity, emphasizing the operational facets of the forthcoming contract. It confirms that inspection reports will be available post-contract award, outlines the incumbent contracts and their award amounts, and specifies that the current scope of work remains consistent while merging three requirements into one contract. Updates to the Performance Work Statement (PWS) are acknowledged, and the contract will be awarded to a single contractor without a bonding requirement. The anticipated service start date is March 1, 2025. Key clarifications encompass protocol for accessing locations, requirements for technical specifications, the acceptance of font sizes for proposal submission, and the clarity regarding page limits for the Technical Capability Narrative and Past Performance sections. Notably, it addresses certification requirements for personnel, allowing proposals if specific certifications are obtained within ten days post-award. Overall, this Q&A format aims to enhance understanding among potential bidders while ensuring alignment with federal contracting standards and expectations.
    The document outlines a government Request for Proposal (RFP) for fire suppression system maintenance and associated services. Issued under solicitation number W912CN25Q0007, the RFP invites bids for semi-annual inspections, testing, and maintenance of fixed fire suppression systems, specifically targeting hoods and ducts across various locations in Hawaii, including Oahu and Kilauea Military Camp. The services elaborated upon include routine inspections, emergency service calls, repairs, and cleaning services categorized by type and location—detailed in the Performance Work Statement (PWS). Contractors are encouraged to provide pricing and service specifications, including hourly labor rates for different labor categories. Important administrative details such as the submission deadline (January 24, 2025) and contact information for the contracting officer are also provided. The aim is to secure dependable, compliant, and timely fire suppression system maintenance to ensure safety and adherence to federal guidelines. Overall, this RFP encapsulates the government's commitment to maintaining safety standards through regular inspections and necessary repairs of vital fire suppression systems across military and public facilities in the region.
    This government file details an amendment of solicitation W912CN25Q0007, aiming to update contractual terms and specifications for a project managed by the 413th Civil Support Battalion at Schofield Barracks, Hawaii. The amendment introduces several Federal Acquisition Regulation (FAR) clauses, extends the solicitation's submission deadline, and specifies the project timeline, with an initial order period from March 1, 2025, to February 28, 2030. Key contract line items (CLINs) have had relevant codes added, including PSC and NAICS codes. A site visit is scheduled for January 10, 2025, with instructions for attendees to comply with military regulations. Offerors must submit technical narratives, complete pricing schedules, and additional required documentation. The document emphasizes adherence to submission deadlines and provides guidelines for late submissions, modifications, and evaluation criteria for offers. Furthermore, it highlights that the government intends to award the contract without discussions, thus requiring the best initial offers from vendors. This solicitation amendment showcases the structured and formalized nature of government procurement processes, outlining necessary steps for compliance and successful bidding.
    The solicitation W912CN25Q0007 outlines a request for proposals for semi-annual inspections, testing, and maintenance of installed fixed fire suppression systems for hoods and ducts located in various military facilities in Hawaii. The project requires service providers to perform inspections at multiple sites, including Oahu, Kilauea Military Camp, and Pohakuloa Training Area. Each service will follow specified performance work statements (PWS) and technical exhibits. Key services include routine maintenance, emergency service calls, and repairs, with a focus on compliance with established safety procedures. Importantly, the solicitation encourages submissions from small businesses, including those owned by veterans, women, and located in HUBZone areas. Offerors must provide pricing and a capability statement, showcasing their experience with fire suppression systems. The deadline for proposals is set for January 24, 2025, at 10:00 AM. This solicitation exemplifies the federal government's commitment to ensuring safety in military operations through regular maintenance and inspection of vital fire suppression systems, thereby upholding regulatory standards and operational readiness.
    The document outlines a Request for Proposal (RFP) regarding the acquisition of semi-annual inspection, testing, and maintenance services for fire suppression systems installed in various locations in Hawaii, including Kilauea Military Camp and Pohakuloa Training Area. The main focus is on providing comprehensive maintenance services for fixed fire suppression systems for hoods, ducts, and FM 200 systems, ensuring compliance with safety standards. The procurement includes a variety of requests for services such as emergency repair calls, routine maintenance, and cleaning of hoods and ducts categorized into specifications based on service complexity. Key points include the requirement for services to perform inspections and repairs, with bidders asked to provide hourly labor rates and a published product price list, emphasizing a firm fixed-price structure for routine tasks identified post-assessment. The solicitation details logistical information like contact details, submission deadlines, and various clauses related to federal regulations. The document serves as a vital guiding resource for potential bidders, ensuring alignment with government procurement and safety requirements in fire suppression system maintenance.
    The document outlines an amendment to a government solicitation/modification of a contract, specifically addressing the provision of Preventive Maintenance and Repair of Fire Suppression/Fire Alarm systems, alongside Auto Chemical Wash Systems and related cleaning services. Key updates include the requirement for company certification through IKECA and revisions to the Performance Work Statement (PWS) in section 8.19 and FAR addendum 52.212-2. It specifies deadlines for performing scheduled services, submitting regular reports, and maintaining compliance with safety and environmental regulations. The document emphasizes the non-personal nature of the contract, the qualifications required for personnel, and the expectations for quality control and customer feedback. By establishing clear roles and responsibilities for both the contractor and the government representatives, the amendment aims to ensure efficient and quality service delivery, critical for maintaining safety standards at various Army installations in Hawaii. The amendment is part of a broader initiative to enhance the contracting process through better management and adherence to performance requirements.
    The document is a solicitation for services related to the inspection, testing, and maintenance of fixed fire suppression systems in various locations within Hawaii, specifically targeting facilities such as hoods and ducts. The Request for Quotation (RFQ) outlines the required services, including semi-annual inspections, routine repairs, and emergency service calls, emphasizing compliance with the Performance Work Statement (PWS) and Technical Exhibits. The solicitation number is W912CN25Q0007, with offers due by January 31, 2025, at 10:00 AM. The solicitation supports small business engagement, particularly service-disabled veteran-owned and women-owned businesses, while detailing specific quantities and service rates across multiple islands including Oahu and the Big Island. The project includes a variety of cleaning and maintenance services and establishes guidelines for submissions, invoicing, and execution timelines, reinforcing the government's commitment to maintaining safety standards and operational efficiency in its facilities.
    The document is an amendment to a solicitation contract for maintenance services related to fire suppression, fire alarm systems, and automatic chemical wash systems in government facilities. It updates the Performance Work Statement (PWS) to include fire protection system certification requirements, extends the deadline for offers to January 31, 2025, and specifies the responsibilities of the contractor, including preventive maintenance and emergency repairs across multiple Army installations in Hawaii. Critical performance indicators are outlined, stipulating response times for service requests and reporting requirements. The contractor must comply with various safety, security, and quality control measures, ensuring all work aligns with federal, state, and local regulations. The document emphasizes the importance of maintaining high standards in service delivery, with performance evaluations based on a Quality Assurance Surveillance Plan (QASP). Overall, it reflects the government's commitment to ensuring operational safety and efficiency in maintaining essential life safety systems within its facilities.
    The document outlines a federal Request for Proposals (RFP) related to the maintenance and inspection of Fixed Fire Suppression Systems across various locations in Hawaii. The primary aim is to secure services including semi-annual inspections, routine repairs, emergency services, and cleaning of hoods, ducts, and automatic chemical wash systems. Contractors are required to adhere to specific performance work statements (PWS) detailing scope and expectations for each service type. Essential components include submission requirements for potential vendors, compliance with federal acquisition regulations, and mandatory certifications regarding fire protection systems. The document emphasizes the importance of complete offers to ensure eligibility for awards, including necessary representations, certifications, pricing structures for various labor categories, and service specifications. Deadlines for submissions are clearly stated, with offers due by March 14, 2025. In summary, this RFP is a critical avenue for government procurement aimed at enhancing safety standards through consistent maintenance of vital fire suppression infrastructure in military and civilian contexts.
    The document is an amendment to a federal solicitation modifying various contractual terms, including updates to the Performance Work Statement (PWS) sections, certifications, and CLIN descriptions. The key amendments include setting a requirement for contractors to provide necessary certifications within 30 days of contract commencement, adjusting submission requirements to include two copies of offers, revising CLIN descriptions to exclude pricing details for certain routine and emergency service calls on Fixed Fire Suppression Systems, and extending the deadline for receipt of offers to March 14, 2025. Additionally, the period of performance for several tasks has been updated, shifting delivery schedules from March 1, 2025, to an updated timeframe of April 6, 2025, through April 5, 2026. The amendments highlight the importance of precise compliance with contract specifications while ensuring that contractors understand their obligations regarding pricing and service expectations. This modification demonstrates the government's intent to streamline processes and clarify expectations for successful tenderers within the scope of federal procurement and service contracts.
    Similar Opportunities
    Fire Suppression System
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking proposals for a Fire Suppression System through a Combined Synopsis/Solicitation. This procurement is set aside for small businesses and aims to acquire a system that meets the unique requirements for fire safety and suppression within military facilities. The goods and services are critical for ensuring the safety and operational readiness of military installations, particularly in Hattiesburg, Mississippi, where the performance will take place. Interested vendors can reach out to Tina Williams at tina.m.williams150.mil@army.mil or Amber N. Young at amber.n.young1.civ@army.mil for further details, with compliance to various federal regulations outlined in the accompanying provisions and clauses document.
    Fort Riley Wheeled Fire Extinguisher Maintenance
    Buyer not available
    The Department of Defense, through the Department of the Army, is seeking qualified small businesses to provide maintenance and six-year tear-down services for 61 government-issued 125 lbs wheeled fire extinguishers located at Fort Riley, Kansas. The procurement aims to ensure the proper functioning of these fire extinguishers, which includes replacing the extinguisher chemical and assessing the condition of the equipment parts, with an immediate need for servicing 13 extinguishers and potential future needs as others reach decommissioning age. Interested vendors are invited to submit capability statements by February 28, 2025, detailing their business size, status, CAGE Code, DUNS Number, and point of contact, with inquiries directed to Noah Younger at noah.w.younger.civ@army.mil or 520-714-8003. This notice serves as a sources sought announcement and does not constitute a commitment or solicitation for proposals.
    J012--Fire Alarm and Sprinkler System Maintenance Testing, and Inspection
    Buyer not available
    The Department of Veterans Affairs is seeking proposals from qualified Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) for the maintenance, testing, and inspection of fire alarm and sprinkler systems at the Michael E. DeBakey VA Medical Center in Houston, Texas. The procurement aims to ensure compliance with National Fire Protection Association (NFPA) standards through comprehensive inspections, repairs, and maintenance, thereby enhancing safety for veterans and staff within the facility. This opportunity is structured as a Firm-Fixed Price contract with an initial base period from March 14, 2025, to September 30, 2025, and includes four optional one-year extensions. Interested parties must submit their proposals by February 28, 2025, with a site visit scheduled for February 20, 2025, and can direct inquiries to Contract Specialist Tiffany Burks at tiffany.burks@va.gov or (601) 206-6945.
    CO2 Fire Suppression System Inspection Service and Hydrostatic Testing
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking contractors to provide CO2 fire suppression system inspection services and hydrostatic testing at Tinker Air Force Base in Oklahoma. The procurement includes annual and semi-annual inspections, preventive and remedial maintenance, and compliance with OEM specifications, ensuring that all fire suppression systems meet safety and operational standards. This opportunity is critical for maintaining operational safety and regulatory compliance within government facilities, reflecting the importance of effective fire safety management. Interested vendors must attend a mandatory site visit on February 21, 2025, and submit their proposals by March 7, 2025, with evaluations based on technical acceptability and pricing. For further inquiries, contact Margaret King at margaret.king.1@us.af.mil or Jaqueline Hughes at jaqueline.hughes@us.af.mil.
    CSS 96484 - Install Fire Alarm System
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for the installation of a fire alarm system under contract number CSS 96484. This procurement aims to enhance safety measures by implementing a reliable fire alarm system, which is crucial for maintaining operational readiness and protecting personnel and assets. The contract is set aside for small businesses, in accordance with FAR 19.5, and falls under the NAICS code 561621 for Security Systems Services (except Locksmiths). Interested vendors can reach out to Ryan Nicklous at ryan.p.nicklous.civ@army.mil or by phone at 609-562-5014, or contact Sharon Wilson-Emmons at sharon.wilson-emmons.civ@army.mil or 609-562-6405 for further details.
    J--Inspection, cleaning and maintenance of Structural and Proximity Fire Fighting Protective Ensembles (FFPE), and Individual Ensemble Elements (IEE) for JBPHH Fed Fire Dept
    Buyer not available
    J--Inspection, cleaning and maintenance of Structural and Proximity Fire Fighting Protective Ensembles (FFPE), and Individual Ensemble Elements (IEE) for JBPHH Fed Fire Dept The Department of Defense, specifically the Department of the Navy, is seeking commercial services for the inspection, cleaning, and maintenance of Structural and Proximity Fire Fighting Protective Ensembles (FFPE) and Individual Ensemble Elements (IEE) for the Fed Fire Department at Joint Base Pearl Harbor (JBPHH). These services are necessary to ensure the proper functioning and safety of the fire fighting gear used by the department. Interested vendors must submit their quotes electronically through email to donna.franzese@navy.mil. The deadline for submission of quotes is Wednesday, 27 January 2016 by 1400 Hawaii Standard Time.
    Sources Sought for Fire Suppression System
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVFACSYSCOM PACIFIC, is seeking sources for a fire suppression system to be installed in Guam. This procurement aims to identify qualified vendors who can supply and install fire control equipment, which is critical for ensuring safety and compliance with fire protection standards in military facilities. The opportunity falls under the NAICS code 423610, focusing on electrical apparatus and equipment, and is categorized under the PSC code N012 for installation of fire control equipment. Interested parties should reach out to Katie A. Johnson at katie.a.johnson27.civ@us.navy.mil for further details regarding this sources sought notice.
    146 CES Repair Base Wide Fire Alarm System
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is soliciting bids for the repair of the Base Wide Fire Alarm System at the 146th Airlift Wing of the California Air National Guard. This project, classified under NAICS code 238210 for Electrical Contractors, aims to enhance safety and operational efficiency by upgrading the existing fire alarm systems across multiple buildings. The contract is set aside for small businesses, with an estimated budget ranging from $1 million to $5 million, and a performance period of up to 458 calendar days following the notice to proceed. Interested contractors must acknowledge the solicitation amendments and submit their bids by February 27, 2025, at 1:00 PM PDT, with inquiries directed to William Tucker at william.tucker.32@us.af.mil or Toni Wasgatt at toni.wasgatt@us.af.mil.
    163rd ATKW Fire Protection Multiple Buildings
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for fire protection services across multiple buildings at the 163rd Airlift Wing located in Santa Rosa Valley, California. This procurement is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and aims to ensure the maintenance and repair of fire control equipment, which is critical for the safety and operational readiness of military facilities. Interested vendors should note that the primary contact for this opportunity is David Moreno, who can be reached at david.moreno.34@us.af.mil or by phone at 951-655-5461, with a secondary contact available as well. Further details regarding the solicitation process and deadlines will be provided in the official solicitation documents.
    H312--HINES VAMC FIRE ALARM TESTING, INSPECTION AND PREVENTATIVE MAINTENANCE, BASE 4 OPTION YEARS
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for a firm fixed-price contract for fire alarm testing, inspection, and preventative maintenance services at the Edward Hines, Jr. VA Hospital and the Joliet Outpatient Clinic. The contract, valued at approximately $25 million, will cover a base period from April 1, 2025, to March 31, 2026, with four optional one-year extensions. This initiative is critical for ensuring compliance with safety protocols and maintaining high standards in fire safety across VA facilities, emphasizing the importance of qualified technicians and adherence to various legal and regulatory standards. Interested bidders must submit their proposals by February 24, 2025, and can direct inquiries to Contract Specialist Michelle R Klug at michelle.klug2@va.gov.