SS - AFRL/RQ Fire Suppression Maintenance and Repair Services
ID: SS-AFRL-PZLEQ-2025-0015Type: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA2396 USAF AFMC AFRL PZL AFRL PZLEWRIGHT PATTERSON AFB, OH, 45433-7541, 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)
Timeline
    Description

    The Department of Defense, through the Air Force Research Laboratory (AFRL) at Wright-Patterson Air Force Base, is seeking qualified contractors to provide fire suppression maintenance and repair services. The procurement aims to ensure the operational integrity and compliance of fire suppression systems, including seven high-pressure and one low-pressure CO2 systems, which require regular inspections, emergency repairs, and adherence to fire safety regulations, particularly NFPA guidelines. Interested small business concerns must submit their capability packages by May 27, 2025, detailing their qualifications and relevant experience to Jason Sav at jason.sav@us.af.mil, as this opportunity is part of a Sources Sought notice and does not obligate the Government to award a contract.

    Point(s) of Contact
    Files
    Title
    Posted
    The Performance Work Statement (PWS) details the maintenance, inspection, and emergency service requirements for fire suppression systems at Wright-Patterson Air Force Base, Ohio. This contract covers seven high-pressure and one low-pressure CO2 systems installed since 1940. Contractors must furnish all necessary equipment, labor, and materials, ensuring comprehensive compliance with applicable fire safety regulations and standards, particularly NFPA guidelines. Work centers include multiple buildings where coordination with base personnel is essential. Contractors must have Ohio State Fire Marshal licensing and provide a proposed work schedule. Inspections and tests will occur annually, with a focus on system functions, integrity, and functionality of safety devices. Emergency repairs must be addressed within 24 hours, highlighting a need for continuous safety measures. The document emphasizes maintaining a clean work environment, proper disposal of materials, and adherence to environmental protocols throughout the project lifespan. Ensuring all tasks align with government specifications is critical for successful contract fulfillment, reinforcing fire safety and operational efficiency at WPAFB.
    Lifecycle
    Title
    Type
    Similar Opportunities
    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.
    Air Station Detroit Fire Suppression System Inspection
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified vendors to provide inspection and testing services for the fire suppression system at Air Station Detroit, located at Selfridge ANGB in Michigan. The procurement involves a request for quotation (RFQ) for commercial services, focusing on the inspection of installed fire alarms and suppression systems in accordance with the attached Statement of Work (SOW). This opportunity is critical for ensuring the safety and operational readiness of fire control equipment, which plays a vital role in emergency response and safety protocols. Interested small businesses must submit their bids through the Unison Marketplace platform, with questions directed to Marketplace Support at marketplacesupport@unisonglobal.com or by calling 877-933-3243. The solicitation emphasizes a total small business set-aside and will utilize an online competitive reverse auction format to enhance vendor participation.
    B491 Fire Alarm Repair
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals from qualified small businesses for the repair of fire alarm systems at Facility B491, Offutt Air Force Base in Nebraska. The contractor will be responsible for providing all necessary equipment and labor to repair and rebuild the Simplex 4100ES Fire Alarm Control Panel, ensuring network communication with Facility B492 for fire pump activation. This project is critical for maintaining safety and compliance with fire control standards, and the total estimated award amount is $25 million. Interested parties must submit their proposals by January 5, 2026, and are encouraged to attend a site visit on December 16, 2025, with questions due by December 19, 2025. For further inquiries, contact SrA Jason Arizmendi at jason.arizmendi@us.af.mil or Lt Ryan Brewster at ryan.brewster.3@us.af.mil.
    Aviator Oxygen Tank Service
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is seeking qualified contractors to provide aviator oxygen tank services for the 342nd Training Squadron at Wright-Patterson Air Force Base, Ohio, and the 344th Training Squadron at JBSA-Lackland, Texas. The procurement involves a Blanket Purchase Agreement (BPA) for the monthly pick-up, processing, refilling, and delivery of high-pressure steel oxygen cylinders, ensuring that the oxygen purity meets or exceeds 99.5%. This service is critical for training Airmen on low-pressure chambers and aircrew equipment, which is essential for managing in-flight situations. Interested small businesses must respond to the Request for Information (RFI) by December 29, 2025, and can direct inquiries to Contract Specialist Andrew Ng at andrew.ng.4@us.af.mil or Contracting Officer Jaison Saavedra at jaison.saavedra@us.af.mil.
    WPAFB 3rd Air Stream/ B18
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE) Louisville District, is conducting a market survey to identify potential contractors for the construction of a new industrial compressed air plant at Wright-Patterson Air Force Base in Ohio. The project, estimated to cost between $5 million and $10 million, involves the installation of two 4,000 HP centrifugal air compressors, two natural gas-fired air heaters, specialty steel piping, and associated controls, along with the demolition of existing equipment and significant electrical work. This initiative is crucial for enhancing the operational capabilities of the facility, and the procurement may be set aside for small businesses, including HUBZone, 8A, Woman-Owned, and Service-Disabled Veteran Owned firms. Interested parties must submit their responses via the Market Survey Response Form by October 31, 2025, at 1:00 PM Eastern Time, and can contact Thomas Nauert at thomas.s.nauert@usace.army.mil for further information.
    F-15 Flameholder Repair Services, Air Force Enhancement Program (AFREP) for Seymour Johnson AFB
    Dept Of Defense
    The Department of Defense, through the 4th Contracting Squadron at Seymour Johnson Air Force Base, is soliciting quotes for F-15E flameholder repair services as part of the Air Force Enhancement Program (AFREP). This procurement involves a total small business set-aside for a firm fixed-price indefinite delivery indefinite quantity (IDIQ) contract, which includes a one-year base period and four one-year options, requiring the service provider to repair F-15E flameholder parts to serviceable condition in accordance with specified technical orders. The successful contractor must possess an approved Source of Approved Repair (SAR) letter and will perform all work at their facility, utilizing Government Furnished Property for parts transfer. Interested parties must be registered and active in the System for Award Management (SAM) and submit their quotes via the PIEE Solicitation Module by the specified deadline. For inquiries, contact Angela Gibson at angela.gibson.4@us.af.mil or Glinnis Thompson at glinnis.thompson@us.af.mil.
    NITROGEN GENERATOR
    Dept Of Defense
    The Department of Defense, specifically the Air Force Institute of Technology (AFIT), is seeking sources for a Nitrogen Generation System to supply clean and reliable nitrogen (N2) to multiple laboratories. The system must meet specific technical requirements, including a minimum nitrogen flow rate of 400 standard cubic feet per hour (scfh) at 99.5% purity and a nominal discharge pressure of 125 +/-25 psig, featuring a membrane-type generator with various operational controls and safety features. This procurement is crucial for supporting laboratory operations, including equipment supply and vacuum chamber applications. Interested parties must submit their capability statements electronically to the designated contacts by December 23, 2025, at 11:00 AM EST, and all submissions must adhere to specified formatting guidelines. For further inquiries, contact Danara Barlow at danara.barlow@us.af.mil or Jessica Stamper at jessica.stamper.2@us.af.mil.
    Requirements Projections On the Web (RPOW) FALL 2025
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking sources for the Requirements Projections On the Web (RPOW) for Fall 2025, focusing on Air Force managed items. This opportunity involves the procurement of qualification requirements and engineering data for various aircraft components, including spares and repair items, which are essential for maintaining operational readiness. The data provided is intended for planning purposes only and does not constitute an invitation for bids; vendors are encouraged to contact Small Business Public Sales Offices at Hill AFB, Robins AFB, and Tinker AFB for further information. Interested parties can reach out to Tracey Beringer at tracey.beringer@us.af.mil or by phone at 7772211 for additional details regarding the procurement process.
    F-15E Radar Modernization Program (RMP) Non-Radar Depot Activation – F-15E Liquid Coolant System - Pump (PN UA544602-4)
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking capabilities packages from qualified firms to support the depot activation and sustainment of the F-15E Liquid Coolant System Pump (part number UA544602-4). The procurement aims to identify sources capable of delivering technical orders, engineering support, necessary spare parts, and training for USAF technicians, ensuring compliance with cybersecurity regulations and effective management of Government-Furnished Property. This initiative is critical for maintaining the operational readiness of the F-15E aircraft, with responses due by 4 PM EST on January 16, 2026, to Valerie Neff at valerie.neff@us.af.mil. Interested firms must provide detailed documentation of their capabilities, including business information and relevant experience, as part of their submission.
    Self-Contained Breathing Apparatus (SCBA) Annual Testing
    Dept Of Defense
    The Department of Defense, through the 4th Contracting Squadron at Seymour Johnson Air Force Base, North Carolina, is soliciting quotes for the annual testing of Self-Contained Breathing Apparatus (SCBA) equipment. The procurement involves comprehensive flow testing services for MSA G1 SCBA packs, masks, RIT packs, and escape packs, ensuring compliance with NFPA 1852 standards to maintain the safety and operational readiness of critical firefighting equipment. This contract, valued at $19,500,000, includes a base year and four option years, with services scheduled to commence on January 1, 2026, and conclude on December 31, 2030. Interested vendors must submit their quotes via email to the designated contacts by the deadline of December 16, 2025.