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
  1. 1
    Posted Mar 7, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 1, 2025, 12:00 AM UTC
  3. 3
    Due Apr 7, 2025, 8:00 PM UTC
Description

The Department of Defense is seeking qualified contractors to provide maintenance and repair services for sprinkler systems at the Tobyhanna Army Depot in Pennsylvania. The procurement involves preventative maintenance, inspections, testing, and repairs of fire suppression systems across the depot, with a focus on compliance with safety standards and regulations. This contract is crucial for ensuring the operational readiness and safety of fire protection systems within government facilities. Interested small businesses must submit proposals by adhering to the structured format outlined in the solicitation, with a site visit scheduled for March 20, 2025. For further inquiries, potential bidders can contact Jessica McHugh at jessica.l.mchugh.civ@army.mil or by phone at 570-615-6125.

Point(s) of Contact
Files
Title
Posted
Apr 1, 2025, 8:05 PM UTC
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.
Apr 1, 2025, 8:05 PM UTC
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.
Apr 1, 2025, 8:05 PM UTC
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.
Apr 1, 2025, 8:05 PM UTC
Apr 1, 2025, 8:05 PM UTC
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.
Apr 1, 2025, 8:05 PM UTC
The document pertains to a Request for Information (RFI) regarding sprinkler system maintenance at Tobyhanna Army Depot (TYAD). It addresses several inquiries related to fire safety systems, including the status of fire hydrant inspections, backflow preventer testing, and specific details on fire pump configurations. Key points include that backflow preventers must be tested if removed or replaced during repairs, while hydrant maintenance is managed internally by firefighter and maintenance staff. The contractor is responsible for verifying the takeout measurement for the OS&Y valve replacement, which is approximately less than 3 feet. Furthermore, TYAD houses a total of ten fire pumps—eight electric and two diesel—indicating a robust fire safety infrastructure. This RFI is significant in the context of federal and local RFPs as it outlines specific maintenance requirements and responsibilities, ensuring compliance with safety standards while facilitating effective management of fire suppression systems at federal installations. The systematic approach to addressing these questions underscores a commitment to maintaining operational safety and regulatory adherence in government facilities.
Apr 1, 2025, 8:05 PM UTC
Apr 1, 2025, 8:05 PM UTC
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
Mixed-Bed Deionization Systems Maintenance - 5 Year (SOLICITATION AMENDMENT 0001)
Buyer not available
The Department of Defense, specifically the Army, is seeking proposals for a federal contract focused on the maintenance of Mixed-Bed Deionization Systems at the Tobyhanna Army Depot in Pennsylvania. The contract entails providing preventative maintenance every two months and on-call emergency repair services, with a total contract duration of five years, including one base year and four optional years. These services are critical for ensuring the operational efficiency and compliance of water purification systems, which play a vital role in supporting military operations. Interested contractors must submit their proposals by April 9, 2025, and can direct inquiries to Megan Jones at megan.jones5.civ@army.mil for further information.
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.
Moving Bed Biological Reactor System Preventative Maintenance and Repair Services
Buyer not available
The Department of Defense, specifically the Department of the Army, is soliciting proposals for preventative maintenance and repair services for the Moving Bed Biological Reactor (MBBR) system at the Letterkenny Army Depot in Chambersburg, Pennsylvania. The contract will cover a base year and two option years, focusing on regular maintenance checks, software updates, and emergency repairs to ensure the effective operation of the MBBR system. This procurement is crucial for maintaining the operational efficiency of the Industrial Wastewater Treatment Plant, reflecting the government's commitment to high-quality service delivery in managing vital infrastructure. Interested small businesses must submit their proposals by May 1, 2025, and can direct inquiries to Michelle L. Fike at michelle.l.fike.civ@army.mil or by phone at 717-267-5325.
Fire Protection Repairs
Buyer not available
The Department of Defense, specifically the Department of the Army, is soliciting bids for fire protection repairs at the 130th Airlift Wing located at McLaughlin Air National Guard Base in Charleston, West Virginia. The project encompasses a range of fire prevention repairs, including flow testing hydrants, repairing sprinkler systems, and replacing fire alarm panels across multiple buildings, with a contract value estimated between $100,000 and $250,000. This initiative underscores the government's commitment to maintaining safety standards and enhancing fire protection infrastructure, with a contract period of 90 days following the issuance of a Notice to Proceed. Interested small businesses must submit their bids by April 28, 2025, and can direct inquiries to SSgt Jorden McCormick at jorden.mccormick@us.af.mil or Lt Col Sam Stuck at samuel.stuck@us.af.mil.
Repair Fire Suppression
Buyer not available
The Department of Defense, specifically the Department of the Army, is soliciting bids for the repair of fire suppression systems at the 153d Airlift Wing located at Cheyenne Regional Airport in Wyoming. The contractor will be responsible for conducting visual inspections, replacing mechanical seals and solenoid valves on fire pumps, and ensuring the system's operational integrity through comprehensive testing. This project is critical for maintaining safety standards and compliance within government facilities, emphasizing the importance of effective fire protection systems. Interested small businesses, particularly those eligible under the Total Small Business Set-Aside, should contact Kristopher W. Kahle at kristopher.kahle@us.af.mil or Christopher Davalos at christopher.davalos.1@us.af.mil for further details, with a total award amount of $19,000,000 and a delivery timeline of 30 calendar days following the award date.
Replace Fire Hydrants
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors to replace twenty-nine (29) fire hydrants at Shaw Air Force Base in South Carolina. This procurement aims to ensure the safety and operational readiness of the base by upgrading essential fire protection infrastructure. The contract will be a firm-fixed price and is set aside entirely for small businesses, with a NAICS code of 236220 for Commercial and Institutional Building Construction, and a small business size standard of $45 million. Interested parties should note that the solicitation package will be available for download around April 14, 2025, and all inquiries should reference solicitation FA480325RO002. For further information, contact SrA Tariq Ellis at tariq.ellis@us.af.mil or 803-895-9822, or 2d Lt Mallory Cary at mallory.cary@us.af.mil or 803-895-5344.
SPRINKLER SYSTEM REPAIR AT NEW RIVER GORGE NATIONA
Buyer not available
The Department of the Interior's National Park Service is seeking qualified contractors to perform sprinkler system repairs at New River Gorge National Park and Preserve in Glen Jean, West Virginia. The project involves the replacement and repair of the fire suppression system, requiring contractors to provide all necessary labor, materials, and supervision while adhering to the International Fire Code and NFPA 13 standards. This initiative is crucial for maintaining safety standards within the park and ensuring the functionality of fire suppression systems. Interested small businesses must submit their quotes electronically to the contracting officer, Deborah Coles, by April 25, 2025, with evaluations based on price and prior performance in similar projects.
Fire Protection Systems Inspection, Testing and Maintenance for DLA Distribution Depot San Joaquin, CA.
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA), is seeking qualified contractors to provide Testing, Inspection, and Maintenance (ITM) services for fire protection systems at the DLA Distribution Depot in San Joaquin, California. The procurement aims to establish a Firm-Fixed-Price purchase order for these essential services, which will ensure the reliability and compliance of fire protection systems, including alarms, hydrants, and sprinklers, over a performance period from May 15, 2025, to May 14, 2030, with options for four additional years. Interested contractors must comply with federal regulations, including the Service Contract Act, and are encouraged to propose innovative cost-reduction strategies. For further inquiries, potential bidders can contact Steven Lesh at Steven.Lesh@dla.mil or Erik J Smith at erik.smith@dla.mil, with proposals due by the specified deadlines.
Repair Valves/Hydrants Base Wide
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting bids for the Repair of Valves and Hydrants Base Wide project at Shaw Air Force Base in South Carolina. The project involves upgrading twenty-nine fire hydrants, including the removal of old hydrants, installation of new models with isolation valves, and compliance with fire safety codes, all within a timeline of 111 calendar days post-notice to proceed. This initiative is crucial for maintaining fire safety infrastructure and ensuring operational readiness at the base. Interested small businesses must submit their bids by May 12, 2025, at 2:00 PM EST, and can direct inquiries to SrA Tariq Ellis at tariq.ellis@us.af.mil or 803-895-9822.
Fire extinguishers facility and vehicle
Buyer not available
The Department of Defense, specifically the Department of the Army, is seeking proposals for the procurement of fire extinguishers intended for emergency response facilities and vehicles. This contract, categorized under the NAICS code 339999 for All Other Miscellaneous Manufacturing, aims to ensure that emergency response teams are equipped with the necessary firefighting equipment to effectively manage fire-related incidents. The procurement is particularly significant as it supports the safety and operational readiness of emergency response units. Interested small businesses are encouraged to submit their proposals by April 15, 2024, and can direct inquiries to Jose Arriola at jose.a.arriola.civ@army.mil or Joy Davis at joy.l.davis18.civ@army.mil for further information.