USCG AIRFAC FIRE SYSTEM REPAIR
ID: 70Z036-25-Q-0028-AIRFACType: Combined Synopsis/Solicitation
Overview

Buyer

HOMELAND SECURITY, DEPARTMENT OFUS COAST GUARDBASE CHARLESTONN CHARLESTON, SC, 29405, USA

NAICS

Security Systems Services (except Locksmiths) (561621)

PSC

FIRE CONTROL SYSTEMS, COMPLETE (1230)

Set Aside

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

    The Department of Homeland Security, through the U.S. Coast Guard, is soliciting proposals for the repair of the fire protection system at the Air Facility in Charleston, South Carolina, under Solicitation #70Z036-25-Q-0028. The project requires contractors to address deficiencies identified during a fire inspection, including maintenance of fire extinguishers, replacement of emergency exit light bulbs, and troubleshooting of the fire alarm system, ensuring compliance with local fire codes and National Fire Protection Association standards. This procurement is critical for maintaining safety and regulatory compliance at government facilities, with a total small business set-aside under NAICS code 561621. Proposals are due by February 13, 2025, and interested vendors should contact Adam Hitchcox at Adam.S.Hitchcox@uscg.mil or Stephen G. LaBarre at STEPHEN.G.LABARRE@USCG.MIL for further details.

    Files
    Title
    Posted
    The Request for Quotation (RFQ) 70Z036-25-Q-0028-AIRFAC outlines federal contracting requirements under the Federal Acquisition Regulation (FAR) and Homeland Security Acquisition Regulation (HSAR). It emphasizes the necessity for compliance with multiple clauses, including provisions related to the System for Award Management, Technical Capability assessments, and pricing structures focused on Lowest Priced Technically Acceptable (LPTA) offers. Key evaluation factors for vendor proposals include technical capability, price, and past performance, with priority given to the lowest priced, technically acceptable offers. The RFQ emphasizes restrictions on procuring telecommunications and video surveillance equipment or services from specified entities due to security concerns, particularly from Kaspersky Lab and covered foreign countries, such as China. Additionally, offerors must disclose representations regarding telecommunications equipment, child labor practices, and possession of proper certifications. This RFQ serves as a comprehensive guide for vendors, highlighting critical compliance and reporting mechanisms essential for participation in federal contracting.
    The U.S. Department of Homeland Security is soliciting a firm fixed-price quote for repairs to the fire protection system at the USCG Air Facility in Johns Island, SC, as specified in the Statement of Work (SOW). The Request for Quotation (RFQ) numbered 70Z036-25-Q-0028-AIRFAC was issued on February 6, 2025, with proposals due by February 13, 2025. The acquisition is set aside for small businesses, specifically those eligible under various categories, including Women-Owned Small Business and HUBZone Small Business, under the NAICS code 561621 with a size standard of $25 million. Evaluation of proposals will focus on technical capability and price, with submissions needing to demonstrate compliance with the SOW requirements to be deemed acceptable. The contract administration will involve close coordination between government and contractor points of contact, emphasizing the importance of clear communication throughout the project's duration. Invoices will be submitted through the Invoice Processing Platform (IPP), ensuring efficient payment processing. This solicitation reflects the government's ongoing commitment to maintaining safety and regulatory compliance at its facilities.
    The U.S. Coast Guard has issued Solicitation #70Z036-25-Q-0028 for corrective actions required following deficiencies identified in a fire inspection at the Air Facility in Charleston. The inspection revealed issues with emergency lighting, fire control panels, and fire extinguishers, necessitating compliance with local fire code regulations and National Fire Protection Association standards. Bidders are encouraged to conduct site visits on designated dates to assess the necessary work. The primary objectives outlined include performing maintenance on fire extinguishers, replacing emergency exit light bulbs, troubleshooting the fire alarm system, and submitting compliance reports to the Charleston Fire Department. Contractors must provide trained personnel, maintain support continuity, and carry proper identification on site. The work hours are primarily weekdays, although overtime may be required. This SOW reflects federal government standards, illustrating the commitment to safety and regulatory adherence within public facilities.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Replace Fire Alarm System at U.S. Coast Guard, Narragansett, Rhode Island
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking contractors to replace the fire alarm system at their facility in Narragansett, Rhode Island. This project aims to enhance safety and compliance by upgrading the existing fire alarm infrastructure to meet current standards. The work falls under the NAICS code 238210, which pertains to electrical contractors and other wiring installation contractors, highlighting the critical nature of reliable fire safety systems in administrative facilities. Interested small businesses are encouraged to reach out to Nadine Provost, Contract Specialist, at Nadine.M.Provost@uscg.mil or by phone at 401-736-1766, or Simon W. Leung, Contracting Officer, at simon.w.leung@uscg.mil or 401-736-1785 for further details regarding this total small business set-aside opportunity.
    CGC JAMES - AFFF MONITOR
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking proposals for the procurement of a National Foam HMB-4 Remote Control Hydraulic Monitor, which is critical for fire suppression operations on the CGC JAMES. This procurement is part of the maintenance efforts for the CGC HAMILTON, necessitating the replacement of a damaged harness to ensure operational readiness and compliance with safety standards. The period of performance for this contract extends until November 31, 2024, with delivery directed to CGC JAMES in North Charleston, South Carolina. Interested parties should contact Tyler Melton at Tyler.k.melton@uscg.mil or by phone at 510-437-5437 for further details, as this opportunity is set aside for small businesses under the SBA guidelines.
    OPTION - FIRE EXTINGUISHER MAINTENANCE
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors for the maintenance of fire extinguishers at Base Boston, located in Staten Island, New York. This procurement is a Total Small Business Set-Aside and aims to ensure that fire safety equipment is properly maintained and operational, which is critical for the safety of personnel and facilities. Interested parties can find more details and submit inquiries through Marketplace Support at marketplacesupport@unisonglobal.com or by calling 877-933-3243. The opportunity is categorized under the NAICS code 922160 for Fire Protection and is part of a Combined Synopsis/Solicitation notice.
    CGC OAK Inspection and Service of CO2 and APC Marine Fire Suppression Systems
    Buyer not available
    The US Coast Guard Surface Force Logistics Center invites quotations for the inspection and service of CO2 and APC marine fire suppression systems on the USCGC OAK. This combined synopsis and solicitation seek a firm-fixed-price contract under FAR Part 13.5. The work involves providing all necessary labor, supervision, and materials to inspect and service the fire suppression systems aboard the vessel, which is docked in Newport, Rhode Island. The contract is intended for small businesses, and all responsible vendors are encouraged to submit quotations. The deadline for submission is 12 pm Pacific Time on September 27th, 2023. Vendors must email their quotes to Donna.J.O'Neal@uscg.mil and Michael.E.Madrigal@uscg.mil and ensure receipt is acknowledged by the Coast Guard. The solicitation incorporates provisions and clauses effective through Federal Acquisition Circular 2005-65. Vendors must comply with the small business standards and use a SAM.gov registered DUNS number on their quotes. For more information, contact Donna O'Neal at Donna.J.O'Neal@uscg.mil or 5103931145.
    Hose Renewal
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors for a project titled "Hose Renewal," which involves renewing flexible hose assemblies for the carbon dioxide fire protection system aboard the USCGC WAESCHE at U.S. Coast Guard Base Alameda, California. The work is scheduled to take place from May 5 to May 23, 2025, and includes critical tasks such as validating and renewing hoses, hydro-testing new assemblies, and ensuring compliance with Coast Guard safety and fire regulations. This procurement is vital for maintaining operational safety and equipment integrity within the Coast Guard's infrastructure. Interested contractors, particularly small businesses, should contact Isaiah C. Ragan at isaiah.c.ragan@uscg.mil or 510-437-5429, or Tyler Melton at Tyler.k.melton@uscg.mil or 510-437-5437 for further details.
    AFFF Lockout System Service
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors to provide Aqueous Film Forming Foam (AFFF) Lockout System Service at the Air Station Port Angeles hangar in Washington. The primary objective of this procurement is to deactivate the AFFF concentrate proportioner in accordance with established technical orders, ensuring the safety and compliance of fire suppression systems during the transition process. This service is critical for mitigating the risk of Class Bravo fires in Coast Guard facilities, as it involves securing valves, disabling solenoid coils, and ensuring operational fire alarm systems. Interested parties, particularly Women-Owned Small Businesses (WOSBs), must submit their proposals by the specified deadline, and can reach out to Michelle Myhra at Michelle.M.Myhra2@uscg.mil or Patrick Gittings at Patrick.R.Gittings@uscg.mil for further information.
    Cont, Fire Extinguish
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard's Aviation Logistics Center, is seeking proposals for the procurement of fire extinguishing equipment. This opportunity emphasizes the need for compliance with federal regulations, particularly the Federal Acquisition Regulation (FAR), and requires that offerors provide products sourced from Original Equipment Manufacturers (OEMs) to ensure safety and reliability. The procurement is critical for maintaining operational safety standards within the Coast Guard's aviation operations. Interested vendors should direct inquiries to Kristen Allen at Kristen.L.Allen3@uscg.mil or the MRR Procurement Mailbox at mrr-procurement@uscg.mil for further details on the submission process and requirements.
    47 FT Motor Lifeboat 47290
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors to provide services for the maintenance and repair of the 47 FT Motor Lifeboat 47290 at Station Cape Disappointment in Ilwaco, Washington. The contractor will be responsible for general labor, equipment, and facilities to haul out the vessel, pressure wash the hull, remove and renew the port and starboard engines, and descale the engine coolant system, with work expected to commence within 10 days of contract acceptance and completed within 21 working days. This procurement is critical for ensuring the operational readiness and safety of the Coast Guard's marine assets. Interested vendors must submit their quotes via email to SKC Bryan Duffey by February 19, 2025, at 3:00 PM Eastern, referencing solicitation number 52000PR250002324, and must comply with all applicable Federal Acquisition Regulations.
    146 CES Repair Base Wide Fire Alarm System
    Buyer not available
    The Department of Defense, through the Army National Guard, is soliciting bids for the "Repair Base Wide Fire Alarm System" project at the 146th Airlift Wing in Port Hueneme, California. This procurement requires contractors to provide all necessary labor, materials, and supervision for the repair of fire alarm systems, with an estimated project value between $1 million and $5 million. The project is critical for ensuring the safety and operational readiness of the facility, and it is set aside exclusively for small businesses under the NAICS code 238210. Interested bidders must submit sealed bids by 1:00 PM PDT on February 27, 2025, and are required to attend a pre-bid conference on January 28, 2025. For further inquiries, potential bidders can contact William Tucker at william.tucker.32@us.af.mil or Toni Wasgatt at toni.wasgatt@us.af.mil.
    JAMES DS FY25
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is conducting market research for dockside repairs of the USCGC JAMES (WMSL 754) during fiscal year 2025, specifically in the third fiscal quarter. The procurement requires contractors to provide comprehensive labor, materials, and services for various repair and maintenance tasks, including cleaning and inspecting ballast tanks, modifying flight deck nets, and overhauling cargo handling elevators. Interested firms must submit their capabilities and relevant past performance information by February 13, 2025, at 12:00 PM EST, to the designated contacts, Sherri Ore and Kiya Plummer-Dantzler, via email. This Sources Sought Notice is for informational purposes only and does not constitute a commitment to award a contract.