DES Fire Extinguisher Service and Maintenance
ID: W911KF25Q0016Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW6QK ACC ANADANNISTON, AL, 36201-4199, USA

NAICS

All Other Support Services (561990)

PSC

MAINT/REPAIR/REBUILD OF EQUIP- FIRE FIGHTING/RESCUE/SAFETY EQUIP; ENVIRON PROTECT EQUIP/MATLS (J042)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Jan 21, 2025, 12:00 AM UTC
  2. 2
    Updated Feb 20, 2025, 12:00 AM UTC
  3. 3
    Due Feb 21, 2025, 4:00 PM UTC
Description

The Department of Defense, specifically the Army, is soliciting proposals for fire extinguisher service and maintenance at the Anniston Army Depot in Alabama. The procurement includes comprehensive services such as maintenance, refilling, and disposal of fire extinguishers, with a focus on compliance with NFPA 10 standards and safety protocols. This contract is crucial for ensuring the operational readiness and safety of fire safety equipment within federal facilities. Interested small businesses, particularly service-disabled veteran-owned and women-owned enterprises, must submit their proposals electronically by February 21, 2025, at 10:00 AM CST, and can contact Crystal Hodges at crystal.l.hodges8.civ@army.mil or Larry Stephney at larry.d.stephney.civ@army.mil for further information.

Files
Title
Posted
The Statement of Work outlines the requirements for fire extinguisher service and maintenance at the Anniston Army Depot (ANAD). The scope includes providing labor, materials, and equipment for the refilling and maintenance of up to 1,000 fire extinguishers over a base period plus four option years. New extinguishers must meet specific criteria, such as using aluminum components and certain design features. Contractors must service a variety of extinguisher brands while adhering to NFPA 10 standards. Maintenance records must be documented with compliant labels, and extinguishers must be returned with seals and service collars. Accessories like replacement seals, hooks, and brackets should also be supplied. The contractor is responsible for coordinating pickup and return of extinguishers, performing mandatory maintenance, and disposing of condemned units at no cost to ANAD. All work must be conducted off-site, and invoicing will occur after services are completed. Changes to the scope must be formally communicated by the Contracting Officer, ensuring clarity and accountability. This document is a crucial part of a government RFP process, ensuring safety compliance and maintenance of fire safety equipment at federal facilities.
Feb 20, 2025, 9:06 PM UTC
The document outlines the requirements for providing evidence of signing authority for offers submitted in response to federal and local government solicitations. It includes two certification forms: one for corporations and another for partnerships or unincorporated firms. The first form certifies that a specified individual, who is an official or agent of the corporation, has the authority to bind the corporation in contractual matters. It requires the corporation's name, state of incorporation, and any limitations on that authority. The second form is for partnerships or unincorporated firms, confirming that a designated individual is empowered to act on behalf of the partnership. Both forms must be signed by the relevant parties and include space for a corporate seal or member signatures. This requirement aims to ensure that only authorized individuals can commit their entities to formal offers in government RFPs, thereby providing clarity and legal backing for the proposals submitted.
Feb 20, 2025, 9:06 PM UTC
The Pre-registration Workflow document outlines the process for visitor access control at military installations through a streamlined system. Visitors initiate the process by using a generic pre-registration link, where their submitted data is reviewed by Visitor Control Center (VCC) personnel. After verification and background checks are conducted, the VCC personnel either approve or deny access. Approved visitors receive text notifications including their pass details, while those with denial must contact the VCC for further clarification. The process emphasizes the importance of security, as VCC personnel are required to be CJIS-certified for data review. Upon arrival, visitors present their driver's licenses or passes, which are validated through a connection to a secure server. The established workflow aids in maintaining secure access while efficiently managing visitor data, emphasizing compliance with security measures necessary for installation entry.
Feb 20, 2025, 9:06 PM UTC
Feb 20, 2025, 9:06 PM UTC
The document is a Past Performance Questionnaire associated with the solicitation for Tier 3 Telephone Support at the Anniston Army Depot. It requests assessments of potential contractors' past performances, emphasizing that the information will be treated as source selection sensitive. The questionnaire requires details about the contractor, including name, address, and contract-specific information. Evaluators are asked to rate performance across various dimensions—customer satisfaction, adherence to schedule, technical processes, compliance with specifications, technical responsiveness, and quality control—using a scale from excellent to poor. The goal is to gather insights on how contractors have managed previous contracts, including their problem-solving capabilities and overall performance outcomes. The responses contribute to a source selection process, aiding in the determination of the most suitable contractor for the depot’s needs. This type of assessment is standard within government Requests for Proposals (RFPs), ensuring accountability and quality in contracting activities.
The document is a pricing document for fire extinguisher maintenance services as part of a federal government RFP. It outlines pricing for various fire safety equipment and services, including the purchasing and maintenance of the New Badger Advantage 10lb fire extinguisher, as well as services such as recharging, annual maintenance, and provision of miscellaneous parts. The document specifies that all services must comply with the NFPA 10 standard and emphasizes the importance of reviewing the statement of work before submitting a quote. It details price offerings for the base year and extends through four option years, requiring consistent pricing for each specified service. This structured approach not only establishes a price framework but also ensures adherence to safety standards, highlighting the government's commitment to maintaining fire safety compliance across agencies.
Feb 20, 2025, 9:06 PM UTC
This document serves as an amendment to a solicitation for a contract regarding fire extinguisher maintenance at the Anniston Army Depot. Specifically, it provides an updated pricing document (Attachment 6) that contractors must use to submit their pricing proposals per the Statement of Work. The due date for submissions has been extended from February 4, 2025, to February 21, 2025, at 10:00 AM CST. It emphasizes that all other terms and conditions outlined in the original solicitation remain unchanged. The amendment aims to enhance the clarity of pricing expectations and ensure timely submissions by interested contractors. Overall, this adjustment underscores the federal government's procedural integrity and commitment to fair solicitation processes in public contracting.
Feb 20, 2025, 9:06 PM UTC
The document is an amendment to a solicitation related to fire extinguisher maintenance at the Anniston Army Depot. The amendment addresses vendor inquiries regarding the existing condition of fire extinguishers needing service. Notably, it states that there are no maintenance logs, but fire extinguishers serviced will display service collars and stickers indicating maintenance history. The amendment clarifies that it is required for the contractor to service the fire extinguishers as opposed to replacing damaged units. The majority of the extinguishers are 10-pound ABC types, with some 5-pound units. Additionally, the amendment outlines that this is a new requirement and not a re-issue of an existing contract, thus previous incumbent information is not applicable. All other terms and conditions of the solicitation remain unchanged. This amendment highlights the government's procedural approach in addressing vendor concerns and maintaining transparency in the procurement process.
Feb 20, 2025, 9:06 PM UTC
The government solicitation W911KF25Q0016 outlines the requirements for fire extinguisher services, including maintenance, purchase of new equipment, and disposal of obsolete units. The offer due date is set for February 4, 2025, at 10:00 AM, with responses submitted electronically through the Procurement Integrated Enterprise Environment (PIEE) Solicitation Module. The contract is designated for small businesses, particularly service-disabled veteran-owned and women-owned enterprises. Key points include compliance with various regulatory standards, including safety protocols and identification requirements for personnel accessing the Anniston Army Depot. The contractor must implement a Drug-Free Workplace plan and a comprehensive safety program, with stringent expense and reporting guidelines for accidents and environmental impacts. The solicitation emphasizes a performance risk assessment based on past performance feedback from other contracts to ensure reliability and quality of service. The document also specifies the necessity for all offerors to provide pertinent documentation and maintain up-to-date registrations in the System for Award Management (SAM) to participate. Overall, this solicitation reflects the government's commitment to sourcing reliable fire safety services while adhering to regulatory and operational standards.
Lifecycle
Title
Type
Solicitation
Similar Opportunities
FIRE EXTINGUISHER
Buyer not available
The Defense Logistics Agency (DLA) Land Warren is soliciting proposals for the procurement of fire extinguishers, specifically under solicitation number SPRDL1-24-R-0042. The requirement includes a base quantity of 1,098 units, with an option for an additional 100% of the base quantity to be exercised within 365 days post-award, emphasizing the importance of timely delivery and compliance with federal regulations. These fire extinguishers are critical for ensuring safety and operational readiness within military facilities, and the contract will be awarded on a Firm Fixed Price basis. Interested vendors must contact Justin Stoner at justin.stoner@dla.mil or call 445-737-0498 for further details, and submissions must adhere to the specified delivery timeframe of 270 days after award.
Fire Extinguisher
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA) Land Warren, is soliciting bids for the procurement of fire extinguishers, specifically under solicitation number SPRDL1-24-R-0129. The contract requires the supply of 281 units of fire extinguishers, adhering to strict quality standards and technical specifications, with a delivery timeline of 260 days post-award. This procurement is crucial for maintaining operational readiness and safety within military environments. Interested vendors must register on SAM.gov to access the technical data package and submit their capability statements to the primary contact, Sabrina Krafft, at sabrina.krafft@dla.mil, by the specified deadlines.
42--EXTINGUISHER,FIRE
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA Troop Support), is seeking quotes for the procurement of fire extinguishers under solicitation number NSN 4210014673615. The requirement includes a total of 15 units to be delivered to DLA Distribution San Joaquin within 258 days after order placement. Fire extinguishers are critical for ensuring safety and compliance in various military and operational environments. Interested vendors, particularly small businesses, are encouraged to submit their quotes electronically, as hard copies of the solicitation will not be available. For inquiries, potential bidders can contact the DLA at DibbsBSM@dla.mil.
42--EXTINGUISHER,FIRE
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA Troop Support), is seeking quotes for the procurement of fire extinguishers, specifically NSN 4210008892491, with a total quantity of 940 units required for delivery to DLA Distribution San Joaquin. This procurement is critical for ensuring safety and compliance within military operations, as fire extinguishers are essential safety equipment used to combat fires in various environments. The solicitation is a Combined Synopsis/Solicitation and is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), with quotes to be submitted electronically by interested parties. For inquiries, potential bidders can contact the DLA at DibbsBSM@dla.mil, and the solicitation details can be accessed through the DLA's electronic procurement platform.
EXTINGUISHER,FIRE,A
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Philadelphia, PA, is soliciting proposals for the procurement of fire extinguishers (EXTINGUISHER, FIRE, A). The requirement specifies that only newly manufactured spares will be accepted, as refurbished or remanufactured items are deemed unacceptable. These fire extinguishers are critical for ensuring safety and compliance within military operations and facilities. Interested vendors should direct inquiries to Alana Arthur at 215-737-8443 or via email at alana.arthur@dla.mil, with proposals due by the specified deadline.
Fire Extinguisher Maintenance Services
Buyer not available
The Department of Defense, specifically the Department of the Navy, is soliciting proposals for fire extinguisher maintenance services at Marine Corps Air Station New River, North Carolina. The contractor will be responsible for the maintenance, repair, and recharge of 140 Halotron flightline fire extinguishers, ensuring compliance with established standards, including six-year maintenance and twelve-year hydrostatic testing. This procurement underscores the importance of maintaining critical fire safety equipment to ensure operational safety. Interested contractors must submit their bids by April 21, 2025, and can direct inquiries to Monica R. Thomas at monica.r.thomas.civ@usmc.mil or Michael Dobbins at michael.dobbins@usmc.mil for further information.
42--EXTINGUISHER,FIRE
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA Troop Support), is seeking quotes for the procurement of 1,000 fire extinguishers under solicitation number NSN 4210124246578. This procurement is set aside for small businesses and aims to ensure the availability of essential fire safety equipment for military operations. The selected vendor will be responsible for delivering the extinguishers to DLA Distribution within 93 days after order placement. Interested parties should submit their quotes electronically, and for any inquiries, they can contact the buyer via email at DibbsBSM@dla.mil.
Amerex Halotron Fire Extinguisher Inspection, Maintenance, and Repair, Multiple Locations
Buyer not available
The Department of Defense, through the Naval Supply Systems Command Fleet Logistics Center Jacksonville, is seeking qualified small businesses to provide inspection, maintenance, and repair services for Amerex Halotron fire extinguishers at various Naval Air Stations. The contract requires compliance with National Fire Protection Association (NFPA) standards and aims to ensure the operational readiness and safety of Navy assets through reliable fire extinguishing services. This procurement is critical for maintaining effective firefighting capabilities and includes a base year from June 1, 2025, to May 31, 2026, with four option years extending through May 2030. Interested parties must submit their quotations by April 25, 2025, and can contact Kyle Smigelski at kyle.a.smigelski.civ@us.navy.mil or 904-542-1264 for further information.
Notice of Intent for Fort Sill, OK Fire Extinguisher BPA
Buyer not available
The Department of Defense, through the Mission and Installation Contracting Command (MICC) at Fort Sill, Oklahoma, is seeking qualified small businesses to establish a Blanket Purchase Agreement (BPA) for fire extinguisher maintenance, inspection, and service. The BPA will support Brigades and Major Army Commands (MACOM) on Fort Sill, with the government planning to award contracts to a maximum of three vendors to provide these essential services on a monthly and yearly basis. The services include thorough inspections and maintenance of fire extinguishers to ensure their effective and safe operation, with specific requirements for annual, six-year, and twelve-year inspections. Interested contractors must be registered in the System for Award Management (SAM) prior to award, and the solicitation package will be available on www.sam.gov around April 15, 2025. For further inquiries, potential offerors can contact Sommer Roach at sommer.p.roach.civ@army.mil or Brandi O'Daniel at brandi.l.odaniel.civ@army.mil.
Portland District, Willamette Valley Project, Fire Extinguisher Maintenance - New Base + 4 years
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers, is seeking a contractor for fire extinguisher maintenance services as part of the Willamette Valley Project in Lowell, Oregon. The contract entails annual inspections and servicing of fire extinguishers and emergency equipment, ensuring compliance with National Fire Protection Association standards and local regulations. This maintenance is crucial for ensuring the safety and operability of fire suppression systems across various government facilities. The total contract value is estimated at $12,500,000, with a performance period from September 1, 2025, to August 31, 2026. Interested parties should direct inquiries to Raymie Briddell at raymie.l.briddell@usace.army.mil, with questions due by April 18, 2025.