150-Pound Wheeled Fire Extinguisher Maintenance
ID: W911RZ-25-Q-FE01Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW6QM MICC-FT CARSONFORT CARSON, CO, 80913-5198, USA

NAICS

Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance (811310)

PSC

MAINT/REPAIR/REBUILD OF EQUIP- FIRE FIGHTING/RESCUE/SAFETY EQUIP; ENVIRON PROTECT EQUIP/MATLS (J042)

Set Aside

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

    The Department of Defense, specifically the Department of the Army, is seeking proposals from qualified small businesses for the maintenance of 150-pound wheeled fire extinguishers at Butts Army Heliport in Fort Carson, Colorado. The contract, identified as W911RZ-25-Q-FE01, requires contractors to provide all necessary labor, materials, and equipment to ensure compliance with manufacturer guidelines and National Fire Protection Association (NFPA) standards, with a performance period of 60 days post-award. This maintenance is crucial for ensuring the operational readiness and safety of fire safety equipment used in military operations. Interested parties must submit their proposals electronically by March 6, 2025, and are encouraged to schedule an inspection of the fire extinguishers on March 3, 2025, at Fort Carson, with further details available from primary contact Rodney Fiori at rodney.v.fiori.civ@army.mil or 719-524-3943.

    Files
    Title
    Posted
    The document outlines amendments to Solicitation Notice ID W911RZ-25-Q-FE01 regarding a brand new contract for the maintenance of 150-pound wheeled fire extinguishers. It addresses specific Requests for Information (RFIs) from potential contractors. One query confirmed that this is indeed a new contract, while another highlighted the opportunity for contractors to inspect the fire extinguishers to better understand the requirements. The inspection is scheduled for March 3rd at Fort Carson, Colorado, and interested parties must schedule appointments via provided contact details. Additionally, the document stipulates visitor access procedures to Fort Carson, including requirements for valid identification, options for applying for visitor passes, and acceptable forms of ID, ensuring compliance with security measures. This amendment serves to inform and guide potential contractors in their bidding process for the maintenance services.
    The document is a combined synopsis/solicitation for commercial services related to the maintenance of 150-pound wheeled fire extinguishers at Butts Army Heliport, Fort Carson, CO. It invites proposals for a Firm Fixed Price contract, specifically targeting small businesses. The solicitation (W911RZ-25-Q-FE01) outlines that the contractor must provide all necessary labor, materials, and equipment to perform maintenance services as per the provided Statement of Work (SOW). Proposals must be submitted electronically by March 6, 2025, with technical capability and price as primary evaluation factors. Registration in the System for Award Management (SAM) is required for bidders. The document emphasizes compliance with various federal acquisition regulations (FAR) and outlines payment procedures via the Defense Finance and Accounting Service through Wide Area Workflow. The requirement underlines the government's effort to ensure the safety and compliance of fire safety equipment in military operations, demonstrating a commitment to maintaining readiness and regulatory standards in military installations.
    The Statement of Work (SOW) outlines the maintenance requirements for thirty (30) 150-pound wheeled fire extinguishers at Butts Army Heliport in Fort Carson, CO, with a performance period of 60 days post-contract. Inspections must align with manufacturer guidelines and the National Fire Protection Association (NFPA) standards. Key tasks include service charges for pickup and delivery, recharging chemical extinguishers, conducting hydrostatic tests on wheeled units and hoses, and providing full assessment reports to the U.S. Army. Contractors must comply with stringent security measures for access to the Army installation, complete anti-terrorism training, and pass background checks. The document emphasizes adherence to various safety and operational protocols, such as reviewing NFPA standards, and fulfilling various environmental and service qualifications. It ultimately aims to ensure that fire safety equipment is well-maintained, operational, and compliant with relevant regulations while minimizing disruption to military operations.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Fire Department Hose and Ladder Inspections
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking qualified contractors to provide inspection and maintenance services for fire department hoses, ground ladders, and apparatus fire pumps at a facility in Martinsburg, West Virginia. The contractor will be responsible for conducting annual performance testing in compliance with National Fire Protection Association (NFPA) standards, which includes inspecting 15,000 feet of fire hose, 17 ground ladders, and six fire pumps, with a contract duration of one base year and four optional years. This procurement is crucial for ensuring the safety and operational readiness of firefighting equipment, thereby enhancing public safety. Interested parties, particularly small businesses, should note that the total contract value is approximately $19.5 million, with proposals due by March 7, 2025. For inquiries, contact Christopher P. Broschart at christopher.broschart@us.af.mil or Ryan E. Belfield at ryan.belfield@us.af.mil.
    4210--Fire Extinguishers
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for the procurement of fire extinguishers under solicitation number 36C24W25Q0072, specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB). The contract aims to acquire 88 fire extinguishers, including various models such as 5lb ABC, 10lb CO2, and Halotron I, ensuring compliance with safety and quality standards for VA facilities. This procurement is critical for maintaining fire safety equipment within the Eastern Oklahoma Veterans Affairs Healthcare System in Muskogee, Oklahoma. Interested contractors must submit their proposals by March 4, 2025, with delivery scheduled for July 7, 2025; inquiries can be directed to Contract Specialist Augustine Alford at Augustine.Alford@va.gov or by phone at 951-266-9822.
    Fire Suppression and Fire Extinguisher Maintenance
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking qualified contractors for a fire suppression and fire extinguisher maintenance contract at the Radford Army Ammunition Plant in Virginia. The contract entails providing semi-annual preventive maintenance and emergency repair services for fire suppression systems, fire extinguishers, and alarms, ensuring compliance with federal, state, and safety regulations. This service is critical for maintaining operational readiness and safety for personnel and facilities, as well as protecting vital IT assets essential for Army operations. Interested parties should note that this is a Total Small Business Set-Aside opportunity, and they can contact Marketplace Support at marketplacesupport@unisonglobal.com or call 1-877-933-3243 for further information.
    Service Order Desk Contract
    Buyer not available
    The Department of Defense, through the Mission and Installation Contracting Command at Fort Carson, Colorado, is seeking qualified small businesses to operate the Service Order Desk for the Directorate of Public Works (DPW). This contract will require the contractor to manage a 24/7 customer service and dispatch center that processes repair and maintenance requests, ensuring timely classification and prioritization of service orders. The contract is vital for maintaining operational efficiency at Fort Carson and will be awarded based on the Lowest Price Technically Acceptable method, with a base year and four option years anticipated. Interested contractors must respond by 2:00 PM MST on March 4, 2025, and should contact Mia White at mia.n.white2.civ@army.mil or MAJ Daniel Jernigan at daniel.k.jernigan.mil@army.mil for further details.
    42--EXTINGUISHER,FIRE
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Troop Support), is seeking proposals for the procurement of fire extinguishers under a Combined Synopsis/Solicitation notice. This opportunity is set aside for small businesses, specifically under the Total Small Business Set-Aside (FAR 19.5), and falls under the NAICS code 333998, which pertains to miscellaneous general-purpose machinery manufacturing. Fire extinguishers are critical for ensuring safety and compliance in various operational environments, making this procurement essential for maintaining safety standards. Interested vendors should direct any inquiries to the buyer listed in the solicitation document via email at DibbsBSM@dla.mil, and further details can be accessed through the DLA's DIBBS portal.
    FY25 Fire Department Propane
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the procurement of propane services for the Fairchild Air Force Base Fire Department for Fiscal Year 2025. The contract requires the delivery of approximately 11,363.6 gallons of commercial-grade propane on an as-needed basis, with a firm-fixed-price structure, emphasizing compliance with federal regulations and the necessity for timely service delivery. This procurement is crucial for supporting the training operations of the Fire Department, ensuring they have the necessary resources for effective firefighting capabilities. Interested small businesses must submit their quotes by March 7, 2025, and can direct inquiries to A1C Valerie Lawrence at valerie.lawrence@us.af.mil or 509-247-8138, with a total contract value capped at $20,000.
    42--EXTINGUISHER,FIRE
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Troop Support, is seeking proposals for the procurement of fire extinguishers. This opportunity is categorized as a Total Small Business Set-Aside under the NAICS code 326111, which pertains to Plastics Bag and Pouch Manufacturing, indicating a focus on specialized manufacturing capabilities. Fire extinguishers are critical for ensuring safety and compliance in various operational environments, underscoring their importance in military and defense settings. Interested vendors should direct any inquiries regarding this solicitation to the buyer listed in the solicitation document, and can find additional details by visiting the DLA's DIBBS website.
    Preventive Maintenance and Repair of Fire Suppression/Fire Alarm, Automatic Chemical Wash Systems and Hoods, Ducts, Fans & Filter Cleaning
    Buyer not available
    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.
    EXTINGUISHER,FIRE,A
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is seeking suppliers for fire extinguishers (EXTINGUISHER, FIRE, A) under a federal contract solicitation. The procurement aims to acquire essential fire safety equipment, which plays a critical role in ensuring the safety and operational readiness of naval facilities and assets. Interested vendors should note that the contract falls under the NAICS code 336413, which pertains to Other Aircraft Parts and Auxiliary Equipment Manufacturing, and the PSC code 1680 for Miscellaneous Aircraft Accessories and Components. For inquiries, potential bidders can contact Mackenzie Cannataro at 215-697-0288 or via email at MACKENZIE.CANNATARO.CIV@US.NAVY.MIL.
    Mission Breathable Air Maintenance Service Contract
    Buyer not available
    The Department of Defense, specifically the Army Contracting Command at Tobyhanna Army Depot, is seeking proposals for the Mission Breathable Air Maintenance Service Contract. This contract involves providing preventative maintenance and emergency repair services for breathable air systems, ensuring optimal functionality and compliance with stringent safety and environmental regulations. The services are critical for maintaining the operational readiness of air systems used in military applications. Interested contractors must submit their proposals by March 3, 2025, following a mandatory site visit on February 20, 2025, and can direct inquiries to Dean Berkovics at dean.m.berkovics.civ@army.mil or by phone at 570-615-6627.