Fire Fighting & PPE Equipment Maintenance Service
ID: M0068125R0002CANXType: Special Notice
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYCOMMANDING GENERALCAMP PENDLETON, CA, 92055-5001, USA

NAICS

Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance (811310)

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 Apr 7, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 7, 2025, 12:00 AM UTC
  3. 3
    Due Apr 22, 2025, 4:00 PM UTC
Description

The Department of Defense, specifically the Department of the Navy, is seeking qualified vendors to provide maintenance services for fire fighting and personal protective equipment (PPE) at Camp Pendleton, California. The procurement aims to address an expanded scope of services that now includes maintenance for a fourth fire department location, necessitating the cancellation of the initial Request for Proposal (RFP) M0068125R0002 to ensure fair competition among interested vendors. This maintenance service is crucial for ensuring the operational readiness and safety of fire fighting and rescue equipment, which plays a vital role in emergency response operations. Interested parties can reach out to Corey Slivnik at corey.slivnik@usmc.mil or Maria Caceres at maria.caceres@usmc.mil for further details, as a new RFP will be issued to reflect the updated requirements.

Point(s) of Contact
Files
No associated files provided.
Lifecycle
Title
Type
Special Notice
Similar Opportunities
Marine Corps Base Camp Pendleton (MCBCP) Base Operations Support Contract (BOSC)
Buyer not available
The Department of Defense, through the Naval Facilities Engineering Systems Command Southwest, is soliciting proposals for the Marine Corps Base Camp Pendleton (MCBCP) Base Operations Support Contract (BOSC). This contract is a Total Small Business Set-Aside and aims to provide comprehensive facilities support services, including housekeeping and operations support at the Marine Corps Base in California. The services are critical for maintaining operational readiness and ensuring a safe and efficient environment for military personnel. Interested parties should contact Courtney Severino at courtney.w.severino.civ@us.navy.mil or 619-705-5473, or Abigail Ferdon at abigail.c.ferdon.civ@us.navy.mil or 619-705-4935 for further details regarding the solicitation and any amendments, including the recent change to the response date.
J--Inspection, cleaning and maintenance of Structural and Proximity Fire Fighting Protective Ensembles (FFPE), and Individual Ensemble Elements (IEE) for JBPHH Fed Fire Dept
Buyer not available
J--Inspection, cleaning and maintenance of Structural and Proximity Fire Fighting Protective Ensembles (FFPE), and Individual Ensemble Elements (IEE) for JBPHH Fed Fire Dept The Department of Defense, specifically the Department of the Navy, is seeking commercial services for the inspection, cleaning, and maintenance of Structural and Proximity Fire Fighting Protective Ensembles (FFPE) and Individual Ensemble Elements (IEE) for the Fed Fire Department at Joint Base Pearl Harbor (JBPHH). These services are necessary to ensure the proper functioning and safety of the fire fighting gear used by the department. Interested vendors must submit their quotes electronically through email to donna.franzese@navy.mil. The deadline for submission of quotes is Wednesday, 27 January 2016 by 1400 Hawaii Standard Time.
On-Site Inspection, Testing, Repair, Maintenance, and Certification of all CS-PAPR/ST54 SCBA Systems and Equipment for the Coast Guard Fleet.
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors to provide on-site inspection, testing, repair, maintenance, and certification services for CS-PAPR/ST54 SCBA systems and equipment utilized by the Coast Guard fleet. The contract aims to ensure operational readiness and compliance with safety standards for Maritime Security Response Teams (MSRT) through routine inspections and necessary repairs, with a focus on maintaining critical safety equipment. This procurement is structured as a combined synopsis/solicitation with a one-year base period starting July 1, 2025, and includes four optional extension periods; quotes are due by May 7, 2025, and questions will be accepted until April 29, 2025. Interested parties can contact Vince Zentner at vince.e.zentner@uscg.mil or Tina Ford at tina.m.ford@uscg.mil for further information.
Chemical Toilets and Hand Washing Stations
Buyer not available
The Department of Defense, specifically the United States Marine Corps Regional Contracting Office MCIWEST, is seeking qualified businesses to provide chemical toilet and handwashing station services at various military installations in Southern California, including Marine Corps Base Camp Pendleton and Marine Corps Recruit Depot San Diego. The procurement aims to ensure the continuous delivery, maintenance, and cleanliness of portable sanitation facilities, which are critical for maintaining health and hygiene standards during military operations. Interested parties are required to submit a capabilities statement detailing their experience and methodology by April 30, 2025, at 1500 PDT, to the designated contracting specialists, Gangmung Jung and Piper Yankowiak, via email. This opportunity falls under NAICS code 562991, with a size standard of $9 million.
MPDE REPAIR PARTS
Buyer not available
The Department of Defense, specifically the Department of the Navy's Mid-Atlantic Regional Maintenance Center (MARMC), is seeking qualified sources to provide new repair parts for Marine Propulsion Diesel Engines (MPDE). This procurement is outlined in a Combined Synopsis/Solicitation, which follows the guidelines of the Federal Acquisition Regulation (FAR) Part 13 and utilizes Simplified Acquisition Procedures (SAP). The parts required are critical for the maintenance and repair of diesel engines and components, ensuring operational readiness and efficiency. Interested vendors must respond to the solicitation identified by RFQ number N5005425Q0274, and all inquiries should be directed to Erica Crandall at erica.collins1@navy.mil or Erin Behrns at erin.m.behrns.civ@us.navy.mil, with no paper copies of the solicitation available.
REPLACEMENT FIRE SUPPRESSION
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard's Surface Forces Logistics Center, is soliciting quotes for the procurement of replacement fire suppression systems and associated kits under Request for Quote number 70Z08525Q40068B00. This procurement is a total small business set-aside and requires that only authorized distributors of the Original Equipment Manufacturer (OEM), A.F.P. Corp (CAGE Code 0DS58), submit bids, which must include proof of authorization. The items are critical for ensuring effective firefighting capabilities within the Coast Guard, with a required delivery date of July 20, 2025, and quotes due by May 1, 2025. Interested vendors should contact Gina Baran at gina.m.baran@uscg.mil for further details and ensure compliance with all specified packaging, shipping, and invoicing requirements.
42--CANISTER,CARBON DIO, IN REPAIR/MODIFICATION OF
Buyer not available
The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting proposals for the repair and modification of carbon dioxide canisters. This procurement involves comprehensive repair efforts, including teardown and evaluation of the canisters, with a required turnaround time of 229 days for completion. The canisters are critical safety and rescue equipment, underscoring their importance in military operations. Interested contractors must submit their proposals, including pricing and any exceptions to the solicitation requirements, to the primary contact, Kaitlyn T. Mounts, via email at kaitlyn.t.mounts.civ@us.navy.mil or by phone at 717-605-5937. The solicitation is part of an emergency acquisition initiative, and all contractual documents will be considered issued upon transmission by the government.
USACE NWP Fire Extinguisher: Questions and Responses
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers (USACE) Portland District, is seeking qualified contractors for fire extinguisher maintenance and servicing for various facilities within the Willamette Valley and Rogue River Basin Projects in Oregon. The contract requires annual inspections and servicing of fire extinguishers and emergency equipment, with contractors expected to provide a detailed inventory and maintenance schedule in compliance with National Fire Protection Association (NFPA) standards and other relevant regulations. This procurement is critical for ensuring fire safety and compliance across government facilities, with a total contract value of $12,500,000 and a performance period from September 1, 2025, to August 31, 2026. Interested parties can direct inquiries to Raymie Briddell at raymie.l.briddell@usace.army.mil or Darrell Hutchens at darrell.d.hutchens@usace.army.mil.
MARC 350 LPAP Modification ECP Support
Buyer not available
The Department of Defense, through the Naval Surface Warfare Center Philadelphia (NSWCPD), intends to award a Firm-Fixed-Price Basic Ordering Agreement (BOA) for engineering and technical services related to the design, development, and fabrication of the MARC 350 Low Pressure Air Plant (LPAP) Ship Change Document (SCD) 21178, in collaboration with RIX Industries. This procurement is critical for ensuring the operational readiness and efficiency of naval air systems, highlighting the importance of specialized engineering services in defense operations. The government plans to negotiate with only one source under the authority of 10 USC 3204(a)(1), but interested parties may express their capabilities prior to the closing date of the notice. For further inquiries, interested vendors can contact Kimberly DeLuca at kimberly.m.deluca2.civ@us.navy.mil or Matthew Riggitano at matthew.a.riggitano.civ@us.navy.mil.
Solicitation 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 soliciting proposals for a Blanket Purchase Agreement (BPA) focused on the maintenance and inspection of fire extinguishers. This procurement aims to ensure compliance with safety standards by providing monthly and yearly inspections, thorough examinations, and necessary maintenance services for fire extinguishers utilized by various units on the installation. The selected contractors will be responsible for maintaining records and performing services in accordance with NFPA 10 standards, with the government planning to award contracts to up to three vendors based on the best value pricing. Proposals are due by May 14, 2025, following a Q&A period that ends on April 29, 2025, and interested parties must ensure they are registered in the System for Award Management (SAM) prior to award. 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.