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
    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.
    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.
    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.
    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.
    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.
    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.
    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
    Similar Opportunities
    Fire Extinguisher
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Land Warren, is soliciting proposals for a firm-fixed-price, three-year Indefinite Delivery Indefinite Quantity (IDIQ) contract for fire extinguishers (NSN 4210-01-677-2080) to support Joint Light Tactical Vehicle (JLTV) units. The procurement requires offers for a total quantity of up to 281 units, with a guaranteed minimum of 14 units, and submissions must be made for the entire quantity across all three ordering years, as partial offers will not be considered. These fire extinguishers are critical for ensuring safety and compliance in military operations. Interested vendors should submit their proposals via email to the primary contact, Stephen Granch, at Stephen.Granch@dla.mil by the specified due date, with deliveries commencing 455 days after the order date, and shipments directed to the Defense Distribution Depot Red River.
    Fire Extinguisher Assembly & Valve
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Contracting Command – Detroit Arsenal, is preparing to solicit a Firm Fixed Price contract for the assembly and valves of fire extinguishers. This procurement involves a sole source contract with KIDDIE Technologies Inc for a total of 715 fire extinguisher assemblies and 3,720 fire extinguisher valves, which are critical components for military applications. The solicitation, identified as W912CH-25-R-0230, is expected to be released within two to four weeks, and interested contractors must be registered in the System for Award Management (SAM) to participate. For further inquiries, contractors can reach out to Contract Specialist Angelo Wilson at angelo.b.wilson.civ@army.mil.
    H312--Fire Extinguisher Inspection (VA Wilkes-Barre) Five (5) Year Indefinite-Delivery Contract (SDVOSB Only)
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified Service-Disabled Veteran-Owned Small Businesses (SDVOSB) to provide fire extinguisher inspection services under a five-year Indefinite-Delivery Contract at the Wilkes-Barre VA Medical Center in Pennsylvania. The contractor will be responsible for performing annual inspections, 5/6-year internal inspections, and hydrostatic testing on approximately 300 fire extinguishers, ensuring compliance with NFPA Standard 10 and Joint Commission Standards. This contract is crucial for maintaining safety standards within the facility, and responses, including company information and a capability statement, are due by December 16, 2025, at 15:00 Eastern Time. Interested parties should contact Allan Tabliago at allan.tabliago@va.gov or call 732-978-0110 for further details.
    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.
    Seattle VA Portable Fire Extinguisher Maintenance Service RFQ
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking a qualified contractor to provide comprehensive maintenance services for approximately 1,500 portable fire extinguishers across the VA Puget Sound Health Care System facilities located in Seattle, American Lake, and Magnolia, Washington. The procurement includes monthly, annual, and six-year inspections, as well as a twelve-year hydrostatic test swap-out program, ensuring compliance with NFPA 10, TJC, OSHA, and VA directives. This maintenance service is critical for maintaining fire safety and compliance across the facilities, with the contract valued at up to $12.5 million and set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB). Interested parties must submit their quotations by December 16, 2025, and can contact Michael J Borelli at Michael.Borelli@va.gov for further information.
    42--EXTINGUISHER SUBASS
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Troop Support, is seeking quotes for the procurement of 200 units of the NSN 4210015896179 Extinguisher Subassembly. This solicitation is a Total Small Business Set-Aside, aimed at sourcing essential fire safety equipment that plays a critical role in ensuring safety and compliance within military operations. Interested vendors must submit their quotes electronically, as hard copies will not be provided, and the solicitation details can be accessed via the DLA's online platform. For inquiries, potential bidders can reach out to the buyer at DibbsBSM@dla.mil, with the deadline for quote submissions set at 162 days after the award date.
    Extinguisher, Fire, A
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Oklahoma City, OK, is seeking procurement for fire extinguishers classified under the PSC code 1680, which pertains to miscellaneous aircraft accessories and components. This opportunity involves the justification for acquiring these critical safety items, which are essential for maintaining operational safety and compliance within military aviation environments. Interested vendors can reach out to Chris Lally at 405-855-3529 or via email at christopher.lally.1@us.af.mil for further details regarding the procurement process. Specific funding amounts and deadlines have not been disclosed in the available 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.
    82nd Airborne Propane Service Contract
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army, is soliciting proposals for a propane service contract to support the 82nd Airborne Division at Fort Bragg, North Carolina. The contract requires the provision of 100 propane tanks, eight 16-count propane cages, and quarterly refills and services over a base year and four option years, from January 2026 to January 2031. This procurement is critical for ensuring a reliable supply of propane for military operations, adhering to strict safety and operational standards. Interested small businesses must submit their proposals electronically by December 17, 2025, at 10:00 AM EST, and direct any inquiries to the designated contacts, CPT Michael Davis and SFC Eric Garcia, via their provided email addresses.
    H312--586-26-1-523-0001 Fire and Life Safety Survey
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for Fire and Life Safety Survey Services at the G.V. (Sonny) Montgomery VAMC in Jackson, Mississippi. The contractor will be responsible for evaluating compliance with the 2024 Edition of NFPA 101, Life Safety Code, and other relevant codes, which includes conducting visual inspections, verifying hazardous rooms and egress, and performing a 20% random survey of fire barriers above ceilings. This procurement is crucial for ensuring the safety and compliance of the facility's fire and life safety systems. Interested small businesses must submit their proposals by December 18, 2025, at 11 AM Central Time, and can contact Contract Specialist LaTonya Mack at LaTonya.Mack@va.gov or 601-206-6964 for further information.