Fire Suppression System Inspection/Testing
ID: W911N225Q0002Type: Presolicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW6QK LAD CONTR OFFCHAMBERSBURG, PA, 17201-4150, USA

NAICS

All Other Professional, Scientific, and Technical Services (541990)

PSC

INSPECTION- FIRE CONTROL EQUIPMENT (H312)

Set Aside

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

    The Department of Defense, specifically the Department of the Army, is planning to issue a service contract for the inspection, testing, preventative maintenance, and repair of dry chemical and water mist fire suppression systems at the Letterkenny Army Depot in Chambersburg, Pennsylvania. This hybrid contract will consist of a firm fixed price and time and materials requirements, covering one base year and two option years, and is fully reserved for small businesses under the NAICS code 541990. The procurement is crucial for maintaining effective fire safety measures at the depot, ensuring compliance with safety standards while promoting small business participation in federal contracts. Interested parties should note that the solicitation number W911N225Q0002 will be released on or about October 1, 2024, with proposals due by October 22, 2024, and must be registered in the System for Award Management (SAM) to qualify for contract awards. For inquiries, contact Diane Mordecai at diane.e.mordecai.civ@army.mil or Thomas C. Hall at thomas.c.hall111.civ@mail.mil.

    Files
    Title
    Posted
    The Letterkenny Army Depot is planning to issue a service contract for the inspection, testing, preventive maintenance, and repair of dry chemical and water mist fire suppression systems at its facilities. This contract is designed as a hybrid firm fixed price and time and materials type, with a base year and two option years, fully reserved for small businesses. The relevant NAICS code is 541990, suggesting a focus on testing and inspection services, and the size standard is $19.5 million. The solicitation will be released on approximately October 1, 2024, with a proposal submission deadline expected by October 22, 2024. Interested parties must be registered in the System for Award Management (SAM) to qualify for contract awards. Any queries regarding the solicitation can be directed to Diane Mordecai via email. This procurement aims to ensure effective fire safety measures are in place while supporting small business participation in federal contracts.
    Lifecycle
    Title
    Type
    Presolicitation
    Similar Opportunities
    Air Compressor System Services
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking qualified small businesses to provide air compressor system services at the Letterkenny Army Depot in Chambersburg, Pennsylvania. The procurement includes comprehensive repair, preventive maintenance, and rental services for various air compressor, blower, and dryer systems, with a contract duration of one base year and two additional option years. This initiative is crucial for maintaining operational efficiency and ensuring high-quality standards in the Army's equipment management. Interested contractors must submit their proposals by October 30, 2024, at 4:00 PM ET, and are encouraged to attend a site visit scheduled for October 9, 2024, to better understand the requirements. For further inquiries, potential bidders can contact Laura J. Buehler at Laura.J.Buehler.civ@army.mil or Michelle L. Fike at michelle.l.fike.civ@army.mil.
    183 CES Repair Fire Suppression Building 15
    Active
    Dept Of Defense
    Presolicitation notice from the Department of Defense, Department of the Army, is seeking a contractor to provide repair services for the fire suppression system in Building 15 at the 183d Wing, Illinois Air National Guard Base in Springfield, Illinois. The existing system is in disrepair and does not meet state and federal code restrictions. The contract duration is 180 days, and the project is set aside 100% for Small Business. The estimated value of the project is between $500,000 and $1,000,000. Interested contractors must be registered in SAM and can access the solicitation and associated information on the Contract Opportunities website. The tentative date for issuing the solicitation is late May 2024, with a pre-bid conference scheduled for early-mid June 2024.
    Fixed Casters, 800 each for Letterkenny Army Depot
    Active
    Dept Of Defense
    The Department of Defense, through the Letterkenny Army Depot, is seeking to procure 800 Fixed Casters under a Firm Fixed Price supply contract, with the solicitation number W911N224Q0070 expected to be released around 7 October 2024. This procurement is specifically set aside for small businesses in accordance with the Small Business Administration guidelines and falls under the NAICS code 332510 for Hardware Manufacturing. The Fixed Casters are essential components for various military applications, and the contract stipulates that delivery will be made to the depot on a Freight On Board (FOB) destination basis. Interested vendors must be registered in the System for Award Management (SAM) and have Joint Certification Program (JCP) authorization to access the distribution-controlled drawing. Proposals are encouraged to be submitted by the estimated closing date of 25 October 2024, and inquiries can be directed to David T. Serotkin at david.t.serotkin.civ@army.mil or by phone at 717-267-5372.
    Kitchen Hoods & Fire Suppression System Inspection, Repair, & Maintenance (Service)
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors for the inspection, repair, and maintenance of kitchen hoods and fire suppression systems at F.E. Warren Air Force Base in Wyoming and associated Missile Alert Facilities. The procurement requires contractors to provide all necessary personnel, equipment, and services for semi-annual inspections, maintenance, and emergency repairs, ensuring compliance with applicable standards and regulations. This initiative is crucial for maintaining operational readiness and safety within military facilities, emphasizing the importance of effective fire suppression systems. Interested parties must submit their written quotations by October 15, 2024, with inquiries directed to Halle Schaneman at halle.schaneman@us.af.mil or Arthur W. Makekau at arthur.makekau@us.af.mil, and must be registered in the System for Award Management (SAM) prior to contract award.
    Preventative Maintenance and Repair Services to the Mowing Bed Biological Reactor (MBBR) system
    Active
    Dept Of Defense
    The Department of Defense, specifically the Army Contracting Command – Letterkenny Contracting Office, is seeking qualified contractors to provide Preventative Maintenance and Repair Services for the Mowing Bed Biological Reactor (MBBR) system located in Chambersburg, Pennsylvania. This opportunity aims to identify capable organizations that can meet the requirements outlined in the draft Performance Work Statement (PWS) and contribute to the effective maintenance of critical water purification and sewage treatment equipment. Interested parties are invited to submit their qualifications, including business information and past performance details, by October 1, 2024, at 4 P.M. Eastern Time, via email to Michelle L. Fike at michelle.l.fike.civ@army.mil. This sources sought notice does not constitute a request for proposals, and no financial responsibility will be assumed by the government for costs incurred in response to this notice.
    Construction Requirements Contract
    Active
    Dept Of Defense
    Presolicitation DEPT OF DEFENSE Defense Logistics Agency is seeking a Construction Requirements Contract for the repair or alteration of other warehouse buildings at DLA Distribution Susquehanna (DDSP), New Cumberland and Mechanicsburg PA Sites. The contract will be a five-year multiple award Indefinite Delivery Indefinite Quantity (ID/IQ) contract with a total combined contract value of $45,000,000. The work will include various construction/building related efforts such as industrial, recreational, general, alteration, maintenance, repair, design/build, and new projects. The contract will be set aside for small businesses, with reservations for Women Owned Small Business (WOSB), Service-Disabled Veteran Owned Business (SDVOSB), and Historically Underutilized Business Zone Business (HUBZone). The solicitation is expected to be issued on or around April 15, 2024, and the contract ordering period is anticipated to be from August 1, 2024, through July 31, 2029. The minimum ordering limitation per task order will be $3,500.00, and the maximum ordering limitation per task order will be $7,000,000.00. Task orders will generally range between $50,000.00 and $300,000.00. Prospective offerors must be registered in the System for Award Management (SAM) Database at http://www.sam.gov to be considered for award.
    Deluge System
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for the purchase of a Det-Tronics Ultra High-Speed Deluge System for the McAlester Army Ammunition Plant in Oklahoma. This procurement emphasizes the need for brand-name items to ensure compatibility and operational efficiency in environments involving explosive operations, with detailed specifications provided in the attached solicitation documents. The acquisition is critical for maintaining safety and efficiency in mechanical maintenance and repairs, with a delivery deadline set for December 9, 2024, and bids due by 10:00 AM on October 2, 2024. Interested vendors must submit their proposals via email to Andrea Jones at andrea.jones36.civ@army.mil and ensure compliance with federal acquisition regulations and small business participation requirements.
    INDUSTRIAC S9X3000 & 450 kV CR NDT and INDUSTRIAC 3MPX002400 PM & Repair Services
    Active
    Dept Of Defense
    The Department of Defense, specifically the Letterkenny Army Depot, is seeking qualified contractors to provide maintenance and repair services for the INDUSTRIAC S9X3000 & 450 kV CR NDT equipment located in Chambersburg, Pennsylvania, and the INDUSTRIAC 3MVX002400 X-Ray Machine at Crane Army Ammunition Activity in Indiana. The contract will encompass one base year and two optional years, focusing on preventative maintenance, repairs, and training services to ensure the operational readiness of critical equipment used in military operations. This procurement is a 100% Small Business Set-aside under NAICS code 811310, with proposals due by September 30, 2024, at 10:00 AM Eastern Time. Interested parties should contact Kevin Duffy at kevin.a.duffy4.civ@army.mil for further information.
    Multiple Award Task Order Contract (MATOC) Tobyhanna Army Depot
    Active
    Dept Of Defense
    The U.S. Army is seeking information from small businesses for a Multiple Award Task Order Contract (MATOC) related to real property maintenance, alterations, and repairs at Tobyhanna Army Depot in Pennsylvania. The Army Contracting Command wants to identify potential small businesses that can perform basic facility maintenance and construction work, including interior renovations, HVAC, electrical, and landscaping. Businesses capable of meeting the general requirements are invited to submit voluntary responses by October 31, 2025, to the Contract Specialist, Justin Marino. There is no obligation for the government to award a contract based on this request for information.
    SOURCES SOUGHT NOTICE FOR INDEFINITE-DELIVERY, INDEFINITE-QUANTITY (IDIQ) DESIGN-BUILD (DB) AND DESIGN-BID-BUILD (DBB) FIRE PROTECTION MULTIPLE AWARD CONSTRUCTION CONTRACT (MACC)
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Systems Command Southeast (NAVFAC SE), is seeking qualified contractors for an Indefinite-Delivery, Indefinite-Quantity (IDIQ) Design-Build (DB) and Design-Bid-Build (DBB) Fire Protection Multiple Award Construction Contract (MACC) primarily focused on fire protection installation and repairs. The contract will encompass a range of services including the installation of fire suppression systems, fire alarm systems, and life safety system renovations across various states including Florida, Georgia, and Texas, with an anticipated total value of $99 million over a base year and four option years. Interested parties, particularly small businesses and those with specific certifications, must submit their qualifications and relevant project experience by 3:00 PM Eastern Time on September 5, 2024, to Matthew Abbott at the provided email address, ensuring all submissions adhere to the specified guidelines.