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 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
    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 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.
    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
    Live Fire Service
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking small business contractors to provide live fire service inspections and maintenance for Structural Fire Training Facilities (SFTF) and Aircraft Fire Training Facilities (AFTF) at Joint Base San Antonio (JBSA). The procurement requires contractors to conduct annual and semi-annual inspections, ensure compliance with relevant safety standards, and perform general maintenance and repairs, including environmental compliance and safety measures. This opportunity is crucial for maintaining the operational readiness and safety of fire training facilities, which are essential for training personnel in emergency response. Interested small businesses must submit their responses by December 22, 2025, at 3:00 PM Central Time, and can direct inquiries to Laura Herring at laura.herring.2@us.af.mil or Brent Paul at brent.paul.1@us.af.mil.
    Multiple Award Task Order Construction Contracts (MATOC) at Tobyhanna Army Depot
    Dept Of Defense
    The Department of Defense is initiating a presolicitation for Multiple Award Task Order Construction Contracts (MATOC) at the Tobyhanna Army Depot (TYAD) in Pennsylvania. This procurement aims to establish Indefinite Delivery/Indefinite Quantity (IDIQ) contracts for minor construction, repairs, maintenance, alterations, and emergency services, requiring contractors to provide all necessary labor, materials, and equipment. The contract is a total small business set-aside, with a magnitude between $25 million and $100 million, and the solicitation is expected to be issued around January 13, 2026. Interested contractors must be registered in SAM.gov and can contact Justin Marino at justin.m.marino2.civ@army.mil or Brian Souter at Brian.J.Souter.civ@army.mil for further information.
    FIRE TRUCK MAINTENANCE
    Dept Of Defense
    The Department of Defense, specifically the Army's Mission and Installation Contracting Command at Fort Belvoir, is seeking responses from qualified small businesses for fire truck maintenance services at Joint Base Myer-Henderson Hall (JBMHH). The procurement involves providing comprehensive maintenance, including annual preventive services, warranty repairs, and technical support for various fire emergency vehicles, particularly those manufactured by Pierce Manufacturing, Inc. This contract will be structured as a Firm-Fixed Price Blanket Purchase Agreement with a base year and four option years, emphasizing the importance of adhering to federal standards and maintaining qualified personnel. Interested contractors must submit their responses by September 5, 2025, at 12:00 p.m. Eastern Time, to the primary contacts, Donald Randles and Denese Y. Henson, via email.
    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.
    TOBYHANNA ARMY DEPOT EMF RANGE EXPANSION
    Dept Of Defense
    The U.S. Army Corps of Engineers, Philadelphia District, is conducting a Sources Sought Notice for the Tobyhanna Army Depot EMF Range Expansion project in Tobyhanna, Pennsylvania. This initiative aims to gather market research to identify qualified contractors capable of executing a project estimated to cost between $25 million and $100 million, which involves significant construction tasks such as building an embankment, a radome foundation, a range control building, and extensive utility work over a duration of five years. The government is particularly interested in responses from small businesses and various socioeconomic categories, requiring capability statements that demonstrate relevant experience with similar projects costing at least $50 million completed within the last five years. Interested parties must submit their responses by 5:00 PM EST on December 29, 2025, to Tiffany Chisholm at tiffany.z.chisholm@usace.army.mil.
    Maintenance and Repair of Fire Control Center Systems - USAG Ansbach
    Dept Of Defense
    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.
    RFI - PAVIS AUDIO MAINTENANCE
    Dept Of Defense
    The Department of Defense, specifically the Army Contracting Command at Tobyhanna Army Depot, is seeking vendors for a Request for Information (RFI) regarding a four-year service contract for Audio System Maintenance on the Public Address/Video Information System (PAVIS). The procurement aims to identify potential contractors capable of providing maintenance, installation, programming, and training services for the PAVIS Audio equipment, which includes a headend unit, approximately 4,000 speakers, and various other components. This contract is crucial for ensuring the operational readiness and reliability of the audio systems at the depot, with a contract structure comprising a one-year base period and three one-year option years. Interested vendors must submit their company information and feedback on the DRAFT Performance Work Statement by December 29, 2025, at 4:00 PM EST, and can contact Megan Jones at megan.jones5.civ@army.mil for further inquiries.
    Replace Fire Sprinkler Dry Piping, B-232
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command Mid-Atlantic, is soliciting proposals for the replacement of fire sprinkler dry piping in Building 232 at Marine Corps Air Station Cherry Point, North Carolina. This procurement is exclusively open to specific Mechanical MACC contractors, with an estimated project cost ranging from $250,000 to $500,000 and a completion deadline of 150 calendar days. The project is critical for ensuring fire safety compliance and involves significant installation work, including the demolition of existing systems and the installation of new piping and valves. Proposals are due by January 5, 2026, at 12:00 PM local time, and interested contractors should direct inquiries to Evan Dumke at evan.c.dumke.civ@us.navy.mil or Meghan J Hislop at meghan.j.hislop.civ@us.navy.mil.
    LARGE AREA FACILITY DESIGN BUILD CONSTRUCTION
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking responses for a Sources Sought notice regarding the design and construction of a Large Area Facility at Tobyhanna, Pennsylvania. The project entails constructing a 90' x 75' clear span structure with a minimum height of 40 feet, designed to support mission requirements with specific features such as large overhead doors, flush work floors, and comprehensive utility systems. This facility is crucial for accommodating both general and mission-specific operations, ensuring a lifespan of at least 40 years in compliance with DoD standards. Interested contractors must submit their capability statements, including evidence of relevant past performance and the ability to self-perform at least 50% of the contract, by December 12, 2025. For further inquiries, potential offerors can contact Brian Cox at brian.w.cox@usace.army.mil or Cherita Williams at cherita.l.williams@usace.army.mil.
    Lightning Protection Systems (LPS) Services & Repairs
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for Lightning Protection Systems (LPS) services and repairs at the Letterkenny Munitions Center in Chambersburg, Pennsylvania. The procurement involves comprehensive testing, repairs, and maintenance of LPS for various facilities, including Earth Covered Magazines and Explosive Buildings, with a total contract value of $12,500,000.00 and a performance period commencing January 21, 2026, and extending through January 20, 2031. Interested contractors must ensure they are registered in the System for Award Management (SAM) and submit their quotes by 1:00 PM ET on December 19, 2025, to the primary contact, Bobie J. Burkett, at bobie.j.burkett.civ@army.mil or by phone at 717-267-5283.