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
    42--EXTINGUISHER,FIRE
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Troop Support, is seeking proposals for the procurement of fire extinguishers under a Combined Synopsis/Solicitation notice. This opportunity is specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and falls under the NAICS code 314999, which pertains to all other miscellaneous textile product mills, indicating a focus on safety and environmental protection products. Fire extinguishers are critical for ensuring safety in various operational environments, making this procurement essential for maintaining safety standards. Interested vendors can direct inquiries to the buyer via email at DibbsBSM@dla.mil, and further details can be accessed through the DIBBS website.
    42--EXTINGUISHER,FIRE
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Troop Support), is seeking proposals for the procurement of fire extinguishers under a total small business set-aside solicitation. The primary objective is to acquire fire safety equipment, specifically categorized under the NAICS code 331221 for Rolled Steel Shape Manufacturing and PSC code 42 for Fire/Rescue/Safety; Enviro Protect. These fire extinguishers are critical for ensuring safety and compliance within military operations and facilities. Interested vendors should direct any inquiries to the buyer listed in the solicitation document via email at DibbsBSM@dla.mil, and further details can be accessed through the DLA's solicitation portal.
    FIRE EXSTINGISHER
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Land Warren, is seeking suppliers for fire extinguishers as part of a presolicitation opportunity. The procurement aims to acquire fire fighting equipment classified under the NAICS code 339999, which encompasses all other miscellaneous manufacturing. Fire extinguishers are critical for ensuring safety and compliance in various operational environments, particularly within military and defense settings. Interested vendors can reach out to Marcille Nordstog at marcille.nordstog@dla.mil or by phone at 586-467-1219, or Jeffrey J. Mahlmeister at jeffrey.mahlmeister@dla.mil or 586-467-1158 for further details.
    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.
    42--EXTINGUISHER,FIRE
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Troop Support, is seeking proposals for the procurement of fire extinguishers under a total small business set-aside. This solicitation aims to acquire essential fire safety equipment, which plays a critical role in ensuring safety and compliance within military operations and facilities. Interested vendors should note that the solicitation is categorized under the NAICS code 314999, which pertains to all other miscellaneous textile product mills, and the PSC code 42, related to fire/rescue/safety and environmental protection. For inquiries regarding this solicitation, potential bidders can reach out via email to the designated buyer at DibbsBSM@dla.mil, and further details can be accessed through the DLA's solicitation portal.
    42--EXTINGUISHER,FIRE
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is seeking to procure fire extinguishers under the presolicitation notice titled "42--EXTINGUISHER, FIRE." This procurement aims to acquire essential fire fighting equipment, which plays a critical role in ensuring safety and emergency preparedness within naval operations. Interested vendors can reach out to Jessica P. Laychock at (215) 697-3992 or via email at JESSICA.LAYCHOCK@NAVY.MIL for further details regarding the opportunity. Additional information regarding deadlines and funding amounts will be provided in subsequent announcements.
    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 4210015194385, under a total small business set-aside. The requirement includes a quantity of 500 units to be delivered to DLA Distribution San Joaquin within 619 days after order, along with an additional unit to be delivered within 90 days after order. Fire extinguishers are critical for ensuring safety and compliance in various operational environments, making this procurement essential for military readiness. Interested vendors must submit their quotes electronically, and any inquiries should be directed to the buyer via email at DibbsBSM@dla.mil.
    Amendment 2 Inspection and Cleaning of Vent Hood Exhausts and Inspection of Fire Suppression Systems
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for the inspection and cleaning of kitchen vent hood exhausts and fire suppression systems at Fort Johnson, Louisiana. The contract aims to ensure compliance with NFPA Standards 17A and 96, focusing on fire hazard mitigation through regular inspections and cleaning services, which will be performed by certified personnel without direct government oversight. This initiative is critical for maintaining safety and operational standards in government facilities, with a total estimated award amount of $47 million for services scheduled from March 27, 2025, to March 26, 2028. Interested vendors, particularly women-owned small businesses, must submit their offers by March 17, 2025, and can direct inquiries to Shannon S. Campbell at shannon.s.campbell.civ@army.mil or Sheila Banks at sheila.a.banks.civ@army.mil.
    42--EXTINGUISHER,FIRE
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Troop Support), is seeking suppliers for fire extinguishers under a Combined Synopsis/Solicitation notice. The procurement aims to acquire essential fire safety equipment, categorized under the NAICS code 314999, which encompasses all other miscellaneous textile product mills, and the PSC code 42, focusing on fire/rescue/safety and environmental protection. These fire extinguishers are critical for ensuring safety and compliance within military operations and facilities. Interested vendors should direct their inquiries to the buyer listed in the solicitation document via email at DibbsBSM@dla.mil, and further details can be accessed through the DLA's solicitation portal.
    C17 FIRE EXTINGUISHER
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Oklahoma City, is seeking proposals for the procurement of fire extinguishers specifically designed for the C-17 aircraft. This procurement involves a sole source contract for a firm fixed price, with an estimated quantity of 253 units required by October 13, 2025, and additional quantities over the following two years, totaling up to 746 units under a three-year Indefinite Delivery/Indefinite Quantity (IDIQ) contract. The fire extinguishers are critical for fire suppression in the engine nacelle area, ensuring safety and operational readiness of military aircraft. Interested vendors must submit their proposals by March 17, 2025, and can direct inquiries to David Garcia at (405) 739-5501 or via email at david.garcia.59@us.af.mil.