Sprinkler Systems Maintenance & Repair - Tobyhanna Army Depot
ID: W51AA1-25-R-0009Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW6QK ACC-APG CONT CT TYAD OFCTOBYHANNA, PA, 18466-0000, USA

NAICS

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

PSC

INSPECTION- FIRE CONTROL EQUIPMENT (H312)

Set Aside

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

    The Department of Defense is seeking a contractor for the maintenance and repair of sprinkler systems at the Tobyhanna Army Depot in Pennsylvania. This procurement involves a hybrid service contract that includes both firm fixed price and time and materials components, aimed at ensuring the operational integrity of 262 fire protection systems across various buildings. The selected contractor will be responsible for annual inspections, testing, maintenance, and minor repairs, adhering to NFPA standards and maintaining a physical presence on-site at least two days per week. Proposals are due following a site visit scheduled for March 20, 2025, and interested parties can contact Jessica McHugh at jessica.l.mchugh.civ@army.mil or by phone at 570-615-6125 for further details.

    Point(s) of Contact
    Files
    Title
    Posted
    The Performance Work Statement (PWS) delineates the requirements for the annual inspection, testing, maintenance, and minor repairs of water-based fire protection systems at the Tobyhanna Army Depot (TYAD) from 2025 to 2030. The contract involves a hybrid Firm-Fixed Price/Time & Materials structure to ensure compliance with NFPA and Unified Facilities Criteria standards. The contractor must conduct inspections on a total of 262 fire protection zones across various buildings, maintaining a physical presence on-site at least two days per week, and adhering to specified reporting and invoicing procedures. Key requirements include the contractor's managerial responsibilities, technician qualifications, and strict compliance with applicable security, safety, and environmental regulations. Additionally, all personnel must complete mandated antiterrorism and operations security training before commencing work at TYAD. Special provisions for security access and personnel identification are also outlined, emphasizing the need for compliance with government security protocols. Overall, this PWS reflects the government's commitment to maintaining high standards for fire safety systems while emphasizing thorough oversight and contractor accountability.
    The document outlines the pricing structure for Solicitation W51AA1-25-R-0009, aimed at maintaining and repairing fire suppression systems. It specifies various Contract Line Item Numbers (CLINs) for services over a base year and four option years, categorized into Firm Fixed Price (FFP) and Time & Materials (T&M) contracts. Offerors are instructed to enter hourly labor rates for minor repairs as part of their proposals, which will be used solely for evaluation purposes and not to impose specific obligations on the government. The pricing submission includes provisions for preventative maintenance tasks, adherence to Service Contract Labor Standards, and estimation for minor repairs as detailed in the Performance Work Statement (PWS). This document serves to standardize the bid submissions from contractors, ensuring compliance with the stipulated service standards and pricing formats while facilitating the government's objective of acquiring reliable maintenance services for fire suppression systems.
    The CY24 Sprinkler System Status Tracker provides an overview of the operational status of sprinkler systems across various buildings. Out of 121 buildings monitored, 262 sprinkler systems exist, with 250 currently in service and 12 impaired. The document outlines specific statuses of each system, detailing types such as wet, dry, and preaction, as well as impairment dates and reasons for any that are not functioning. Key concerns include ongoing repairs, maintenance requirements, and upcoming inspections, ensuring compliance with safety standards. Notable issues affecting operation include system shut downs, broken pipes, and the need for regular inspections, particularly for fire pumps. The tracker serves as a critical tool for managing and maintaining the fire suppression infrastructure, emphasizing the importance of safety and regulatory adherence in government facilities.
    The Quality Assurance Surveillance Plan (QASP) outlines the procedures for monitoring the performance of the Depot-wide Water-based Sprinkler Systems ITM Service Contract from 2025 to 2030. Its primary goal is to ensure contractor performance adheres to established contract standards, with an emphasis on timely identification and resolution of performance issues to safeguard mission efficacy. The QASP operationalizes continuous oversight through defined roles, specifically the Contracting Officer (KO) and Contracting Officer's Representative (COR), who oversee and evaluate contractor efforts. Key components include procedures for contract surveillance, inspection performance ratings based on set criteria, and the documentation processes including Corrective Action Reports (CAR), Customer Complaint Records, and Performance Assessment Reports (PAR). The document underscores the importance of transparency and adaptability, allowing for adjustments in surveillance levels based on contractor performance, which is documented objectively. The overall purpose is to maintain a high standard of service delivery, contributing to the support of the United States Armed Forces through effective management of the sprinkler systems.
    The document outlines Solicitation W51AA125R0009 for a contract related to the acquisition of services at the Tobyhanna Army Depot, Pennsylvania. It specifies a hybrid service contract involving both firm fixed price (FFP) and time and materials (T&M) for fire protection systems. The solicitation is set aside for small businesses within the NAICS code 238220, with a size standard of $19 million. Key points include submission requirements, evaluation criteria based on technical merit, past performance, and pricing, along with an emphasis on compliance with FAR regulations and 508 accessibility standards. A site visit is scheduled for March 20, 2025, encouraging potential bidders to attend. Proposals must adhere to a structured format, including a completed SF 1449, pricing tables, and two past performance references. The government will not cover costs incurred by bidders during proposal preparation. Overall, the document serves to guide potential offerors in understanding the requirements for participation in this procurement process, ensuring criteria for selection and contract execution are clearly communicated.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Propane Service / Repair
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for propane service and repair at the Tobyhanna Army Depot in Pennsylvania. The procurement aims to secure a contractor for the supply, installation, and maintenance of propane tanks, including refueling and tank relocation services, over a five-year period. This contract is crucial for ensuring a reliable fuel supply while adhering to safety and environmental regulations. Interested small businesses must submit their proposals, including a pricing sheet and past performance references, by the specified deadline, and are encouraged to contact Brian Dionysius at Brian.K.Dionysius.civ@army.mil or Brian Souter at Brian.J.Souter.civ@army.mil for further information. A site visit is scheduled for March 13, 2025, to assess project conditions.
    Multiple Award Task Order Contract (MATOC) Tobyhanna Army Depot
    Buyer not available
    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.
    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.
    Industrial Machine Maintenance
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for Industrial Machine Maintenance services at the Letterkenny Army Depot in Pennsylvania. The contract requires qualified contractors to provide emergency and preventative maintenance, ensuring minimal downtime for critical industrial machinery, with a base performance period of one year and two optional extensions. This procurement is vital for maintaining operational efficiency and compliance with safety standards, including adherence to ISO 45001 and OSHA regulations. Interested parties must submit their proposals by March 27, 2025, and can direct inquiries to Danielle Rhone or Thomas C. Hall via the provided contact information.
    Building 77H Tank Farm Drainage Repairs
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center Philadelphia Division (NSWCPD), is soliciting proposals for drainage repairs at Building 77H Tank Farm in Philadelphia, Pennsylvania. This project, categorized under the NAICS code 238220 for Plumbing, Heating, and Air-Conditioning Contractors, is a total small business set-aside, with an estimated construction cost ranging from $100,000 to $250,000. The selected contractor will be responsible for implementing drainage solutions, including the installation of a new sump pump and associated piping, which are critical for maintaining operational integrity at the facility. Interested contractors must submit their proposals by March 20, 2025, following a mandatory site visit on March 12, 2025, and can direct inquiries to Kristen Cella at kristen.m.cella.civ@us.navy.mil or David Rhoads at david.a.rhoads8.civ@us.navy.mil.
    FCC Allenwood 5 Year Sprinkler Inspection - 15B20125Q00000008
    Buyer not available
    The Department of Justice, specifically the Federal Bureau of Prisons, is soliciting proposals for a five-year inspection of fire suppression systems at the Federal Correctional Complex (FCC) Allenwood in Pennsylvania. Contractors are required to provide all necessary equipment, labor, and materials to ensure compliance with safety standards as outlined in the Statement of Work. This procurement is critical for maintaining operational safety and compliance within federal facilities, emphasizing the importance of effective fire prevention systems. Interested small businesses, including Service-Disabled Veteran-Owned and Economically Disadvantaged Women-Owned Small Businesses, must submit their proposals by March 26, 2025, and can contact Garrett Moser at gmoser@bop.gov for further information.
    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.
    Maintenance and Repair of Fire Control Center Systems - USAG Ansbach
    Buyer not available
    The Department of Defense, through the Regional Contracting Office - Bavaria, is preparing to solicit bids for the maintenance and repair of Fire Control Center systems at USAG Ansbach, located in Bavaria, Germany. This procurement will involve a Requirements Type Contract that includes Firm Fixed Price (FFP), Time and Material (T&M), and Labor Hour (LH) Contract Line Item Numbers (CLINs), with the evaluation based on low price technically acceptable factors. The services are critical for ensuring the operational readiness and reliability of fire control systems, and the solicitation is expected to be posted on the sam.gov website in December 2024. Interested contractors must be registered in the System for Award Management (SAM) and are encouraged to monitor the website for updates, as all documentation will be available online and no paper copies will be distributed. For further inquiries, potential bidders can contact Kimberly Marra at kimberly.l.marra.civ@army.mil or by phone at 314-526-8706.
    CO2 Fire Suppression System Inspection Service and Hydrostatic Testing
    Buyer not available
    The Department of Defense, specifically 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, as well as hydrostatic testing of various fire suppression systems, requiring contractors to adhere to OEM specifications and maintain comprehensive service documentation. This opportunity is critical for ensuring operational safety and compliance with federal regulations regarding fire safety equipment. 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.
    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.