Fire Protection Repairs
ID: W50S9J-25-B-A011Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW7N7 USPFO ACTIVITY WVANG 130CHARLESTON, WV, 25311-1023, USA

NAICS

Plumbing, Heating, and Air-Conditioning Contractors (238220)

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 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 the testing and repair of fire hydrants, sprinkler systems, and fire alarm panels across multiple buildings, with a focus on enhancing safety standards. This contract is set aside for small businesses under the Small Business Administration guidelines, with an estimated value between $100,000 and $250,000, and work is expected to be completed within 90 days of the Notice to Proceed. Interested bidders must submit their proposals 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.

    Point(s) of Contact
    SSgt Jorden McCormick
    (304) 341-6206
    (304) 341-6076
    jorden.mccormick@us.af.mil
    Lt Col Sam Stuck
    (304) 341-6292
    (304) 341-6076
    samuel.stuck@us.af.mil
    Files
    Title
    Posted
    The document outlines an Abstract of Offers for a construction project related to fire protection repairs, issued by the 130th Base Contracting Office in Charleston, WV. It details the solicitation number W50S9J-25-B-A011, with the issuance date of March 29, 2025, and an opening date of April 28, 2025. The abstract summarizes received bids from three offerors: MTNT Facility Solutions, Danhill Construction Company, and I-2-I Solutions, Inc. The government estimate for the project is presented, alongside the total amounts proposed by the bidders: $150,835.84 from MTNT Facility Solutions, $169,354.00 from Danhill Construction, and $235,000.00 from I-2-I Solutions, with all offers including a 20% bid bond as bid security. Notably, the document also mentions that the construction includes key repair aspects pertaining to fire safety. The structure includes sections for details like amendments acknowledged, estimated quantities, and bid security, accommodating additional bids if necessary. This abstract serves as a key resource for evaluating bids in compliance with government procurement processes and to facilitate decision-making for construction contracts.
    The document appears to be an incoherent, heavily corrupted file, lacking discernible content or structure. Given that it contains primarily scrambled text and broken lines, it is impossible to extract a clear main topic or key ideas related to government Requests for Proposals (RFPs), federal grants, or state/local RFPs. There are indications of a possible architectural or engineering focus, suggested by the presence of measurements and references to infrastructure, but the overall chaotic state of the document hinders any comprehensive analysis or summary. Consequently, the file does not contain usable information; therefore, further investigation or a different source is required to address the intended inquiry regarding government funding or proposal structures.
    The government document outlines the Request for Proposal (RFP) for fire protection repairs at the 130th Airlift Wing located at McLaughlin Air National Guard Base in Charleston, WV. The project involves a single firm-fixed-price contract, designated as exclusively for small businesses under NAICS code 238220, with an estimated value between $100,000 and $250,000. The contract period is set for 90 days following the issuance of a Notice to Proceed. Interested bidders must complete the necessary NIST SP 800-171 assessment and submit their bids by April 28, 2025. Key submissions include required forms, price listings, and bonds. All amendments to the solicitation must also be acknowledged. Questions regarding the proposal are to be submitted via email, with a deadline for responses set before a scheduled site visit. The document stresses the importance of adhering to the Davis-Bacon Act wage determinations. Relevant information, such as solicitation details and amendments, is available on the SAM.gov website. This RFP reflects the federal government's ongoing commitment to maintaining safety standards and engaging with small businesses in fulfilling operational requirements.
    The document outlines an Invitation for Bids (IFB) for fire protection repair work at the 130th Airlift Wing located in Charleston, West Virginia. The estimated budget for this project is between $100,000 and $250,000, and it is reserved exclusively for small businesses under the Small Business Administration guidelines. The contractor is expected to begin work within ten days post-award and complete it within 90 days from receiving the notice to proceed. Additionally, Davis Bacon Wage Rates are applicable, ensuring fair labor compensation. Key objectives include repairing various fire prevention systems, including fire alarms and hydrants across multiple buildings. Bidders must comply with the requirement to provide performance and payment bonds. A pre-bid conference and site visit are scheduled, and registration is required for access due to security protocols. Bid submissions will be accepted only as hand-carried documents, emphasizing the importance of adhering to bid preparation and submission protocols outlined in the RFP. The document concludes with requirements for bid qualifications and representations required from bidders, reinforcing the critical need for compliance with Federal Acquisition Regulations (FAR) and Department of Defense guidelines in the bidding process.
    The Statement of Work outlines a project at McLaughlin Air National Guard Base focused on fire protection repairs requiring NICET Certified Technicians. Key tasks involve flow testing hydrants, repairing and installing components of the Wet Pipe Sprinkler System, troubleshooting a Mass Notification System, and replacing fire alarm panels and detectors in multiple buildings. The contract stipulates strict compliance with safety regulations, including waste disposal, debris removal, and proper equipment handling. Work must be completed within 90 days of the issuance of the Notice to Proceed, with a job plan to be submitted within five days of contract award. The contractor must ensure adherence to safety protocols, provide necessary documentation, and comply with personnel access requirements for Army-controlled installations. This project emphasizes the government’s commitment to maintaining safety standards and enhancing fire protection infrastructure.
    Lifecycle
    Title
    Type
    Fire Protection Repairs
    Currently viewing
    Solicitation
    Similar Opportunities
    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.
    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.
    Charleston AFB- Repair POL Operations Building 675
    Dept Of Defense
    The Department of Defense, through the Department of the Army, is seeking sources for the repair of the Petroleum Operations Building (Facility 675) at Charleston Air Force Base. The project aims to renovate the building to enhance functional programming for the Fuel Support Command, Fuels Management, and Auxiliary operations support, as well as to improve the POL laboratory facilities. This opportunity is particularly significant as it is under consideration for a Women-Owned Small Business (WOSB) set-aside, contingent upon the results of the sources sought market research. Interested parties should submit their information to Kristal Dobry at kristal.d.dobry@usace.army.mil or Brandon Hobbs at brandon.s.hobbs@usace.army.mil, as this is a sources sought notice and not a request for proposals.
    Fire Alarm System Replacement, Mountain Home AFB
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for design-build services to replace the outdated fire alarm system at the Sagebrush Inn, Building 2320, located at Mountain Home Air Force Base in Idaho. The project requires the installation of a new addressable fire alarm system, including a comprehensive design, hazardous material surveys, and construction services, all in compliance with Unified Facility Criteria and relevant safety codes. This upgrade is critical to ensure the safety of the facility, which currently violates fire code requirements due to the lack of available replacement parts for the existing system. Interested contractors must submit their proposals by January 20, 2026, and can direct inquiries to primary contacts Cameron Smith and Taylor Inman via the provided email addresses. The estimated contract value ranges from $1 million to $5 million, with a performance period of 407 calendar days following the notice to proceed.
    Maine Air National Guard Fuel Cell Hangar Construction
    Dept Of Defense
    The Department of Defense, through the Maine Air National Guard, is seeking bids for the construction of a Fuels Systems Maintenance Hangar at Bangor Air National Guard Base in Maine. This project requires a contractor to provide all necessary labor, materials, and supervision to complete the construction using conventional methods, with a contract duration of 672 calendar days following the notice to proceed. The opportunity is set aside exclusively for small businesses, with a contract value estimated between $25 million and $100 million, and the solicitation is expected to be issued around December 29, 2025. Interested contractors should contact Cameron Doncet Hall at 207-404-7353 or via email at 101.msg.msc.contracting@us.af.mil for further details, and must be registered in the System for Award Management (SAM) to participate.
    USPFO Hazardous Material Building Repair
    Dept Of Defense
    The Department of Defense, through the Army National Guard, is soliciting proposals for the repair and refurbishment of the Hazardous Material Building at the United States Property and Fiscal Office (USPFO) in Kingshill, Virgin Islands. The project entails significant renovations, including the installation of new metal roll-up doors and roof panels, solar-powered lighting, concrete repairs, exterior repainting, and replacement of hazardous material signage, all to be completed within 90 calendar days of the Notice to Proceed. This procurement is crucial for maintaining safety and compliance with federal and territorial building codes, ensuring the facility meets operational standards. The estimated contract value is $45 million, and interested small businesses must direct inquiries to CW2 Chandy Baptiste at chandy.baptiste2.mil@army.mil or call 340-712-7868, with a site visit scheduled for December 16, 2025.
    Fire Sprinkler System Inspection and Repair Services at PEWARS
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army through the W072 Endist Pittsburgh office, is seeking contractors to provide fire sprinkler system inspection and repair services at the Pittsburgh facility. The procurement involves comprehensive tasks such as conducting NFPA Standard 25 five-year internal obstruction investigations, performing sprinkler head surveys, and executing repairs or replacements of various fire protection system components, all in compliance with relevant NFPA standards and OSHA regulations. These services are critical for maintaining the safety and functionality of the wet-pipe fire sprinkler systems in Buildings N-104 and T-1002. Interested contractors can reach out to Lisa Bisnette at lisa.d.bisnette@usace.army.mil or call 412-395-7556 for further details regarding the Performance Work Statement and submission requirements.
    Repair MAF Roofs
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for the "Repair MAF Roofs" project at Malmstrom Air Force Base in Montana. This project involves the demolition of existing roofing systems and the installation of new asphalt shingle roofs on six Missile Alert Facilities (MAFs), requiring contractors to provide all necessary labor, equipment, and materials while adhering to strict safety and environmental regulations. The estimated contract value ranges between $500,000 and $1 million, with proposals due by January 20, 2026, and a mandatory site visit scheduled for January 7, 2026. Interested parties can contact Branden Lawson at branden.lawson@us.af.mil or Cody Babinecz at cody.babinecz@us.af.mil for further information.
    Repair MAF Roofs
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for the "Repair MAF Roofs" project at Malmstrom Air Force Base in Montana. This project involves the demolition of existing asphalt-shingle roof systems and the installation of new roofing on six Missile Alert Facilities, including the replacement of shingles, underlayment, ice and water shields, gutters, soffit, fascia, and the repair of dormer decking. This procurement is critical for maintaining the structural integrity and functionality of the facilities, ensuring they remain operational for defense purposes. A firm-fixed-price contract valued between $500,000 and $1,000,000 will be awarded, with proposals expected to be available by December 15, 2025, and closing around January 20, 2026. Interested contractors must be registered in SAM and can contact Branden Lawson at branden.lawson@us.af.mil or 406-731-4353 for further details.
    CHS Water System Notice of Intent
    Dept Of Defense
    The Department of Defense intends to award a single-source contract for potable water, fire protection, and sanitary sewer utility services at Joint Base Charleston (JB CHS) in South Carolina. The contract, which will be awarded to Charleston Water System, is essential for ensuring uninterrupted utility services at the base, with a performance period from March 2, 2026, to March 1, 2036. This procurement is critical as it prevents any disruption in essential services that could arise from transitioning to a new service provider. Interested parties may express their interest and capabilities by contacting Mr. Daniel Teeter at daniel.teeter@us.af.mil or Ms. Taylor McDaniel at taylor.mcdaniel.1@us.af.mil, with responses due by 1:00 PM EST on January 5, 2026.