Fire Suppression System
ID: FA462624Q0064Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA4626 341 CONS LGCMALMSTROM AFB, MT, 59402-6863, USA

NAICS

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

PSC

HOUSEKEEPING- FIRE PROTECTION (S202)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Defense, specifically the Department of the Air Force, is seeking qualified small businesses to provide fire suppression services at Malmstrom Air Force Base (MAFB) in Montana. The procurement involves the annual inspection and maintenance of 266 portable fire extinguishers and bi-annual inspection, testing, maintenance, and recertification of 30 wet/dry chemical fire extinguishing systems, spanning a base year and four option years from October 1, 2024, to September 30, 2029. This contract is crucial for ensuring the safety and compliance of fire protection measures at military installations, adhering to industry standards and federal regulations. Interested contractors must submit their quotes by 2:00 PM MT on September 25, 2024, and direct any inquiries to the designated contacts, Lt. Randolph Foote and Viviana Castillo Ramirez, via the provided email addresses.

    Point(s) of Contact
    Files
    Title
    Posted
    The Department of the Air Force's 341st Missile Wing has issued Amendment 0001 to the Request for Quotation (RFQ) ID: FA4626-24-Q-0064 concerning the Fire Suppression System. This amendment outlines critical changes, including extending the deadline for submitting questions to September 18, 2024, and the deadline for responses to September 25, 2024. Additionally, the amendment updates the instructions for offerors and the evaluation criteria. All contractors are required to acknowledge this amendment in order to validate their quotes, which can be done either within their responses or by signing the amendment notice. The accompanying attachment provides further details regarding the amended solicitation. The document emphasizes the importance of adhering to the updated timelines and requirements, ensuring eligible and compliant participation in the procurement process.
    This document serves as a pricing worksheet for maintenance services related to portable fire extinguishers and wet/dry chemical fire extinguishing systems over a five-year period, specifically FY25 to FY29. It outlines various Contract Line Items (CLINs) for each fiscal year, detailing the required services, estimated quantities, and unit prices for inspections, maintenance, hydrostatic testing, and the purchase of additional extinguishers. Key CLINs include annual inspections of portable fire extinguishers, six-year maintenance including recharging, hydrostatic testing, and emergency service calls, with specific quantities estimated annually. Each fiscal year includes a grand total that aggregates the pricing for all services rendered. The purpose of this document is to facilitate a bid or proposal process for contractors willing to provide these fire safety services. It illustrates a structured approach to pricing needs and service requirements, reflecting a commitment to safety measures and compliance with fire safety regulations. By maintaining a systematic record of services and costs, the document supports transparent procurement practices at the federal or local government level.
    The government document outlines the Statement of Work (SOW) for inspection and testing of portable fire extinguishers and fire extinguishing systems at Malmstrom Air Force Base and associated Missile Alert Facilities in Montana. The contractor is required to provide all necessary technicians and materials to ensure the serviceability of 266 portable fire extinguishers and 30 suppression systems, adhering to industry standards including NFPA codes. Key tasks include regular inspections, thorough maintenance, recharging, and conducting hydrostatic tests every 12 years. The contractor must also ensure property protection, qualify their personnel as per state regulations, and maintain a flexible schedule for servicing to align with operational requirements, including security clearances for base access. The document emphasizes the importance of quality control, compliance with safety and environmental regulations, and detailed reporting of services to the facility management. Timely submission of inspection reports and compliance with established service thresholds are critical to maintaining contract standards. This SOW reflects the structured and regulated nature of government contracts concerning facility safety and fire protection measures, aiming to preserve operational integrity and personnel safety at military installations.
    This memorandum from the 341st Missile Wing of the U.S. Air Force outlines the installation perimeter access control procedures for contractors seeking entry to Air Force bases, adhering to AFI 31-113 guidelines. It emphasizes the requirement for a Contractor Entry Authorization List (CEAL) and highlights the authority of the installation commander to deny access based on identity vetting outcomes. The document details numerous criteria under which an individual's access may be denied, including suspected terrorist affiliations, identity verification issues, criminal history, and outstanding warrants. Additionally, specific categories of individuals, such as sex offenders and violent offenders, are explicitly barred from accessing Malmstrom AFB. The comprehensive vetting process aims to ensure the safety and security of Air Force installations by preventing potential threats. For inquiries regarding the vetting process, contractors are encouraged to contact designated officials within the contracting office. Overall, the memorandum serves as a critical guideline for maintaining strict access control measures at Air Force facilities, reflecting the military's commitment to safeguarding its operations and personnel.
    The Past Performance Worksheet is a structured document designed for evaluating vendor performance in relation to government contracts. It comprises two main sections: Vendor's Reference Information and Contract Information. Section A requires the vendor's name, point of contact, telephone number, and email address. Section B captures details about the specific contract, including the contract number, period of performance, contracting activity, and contact details, along with an overall performance rating. This standardized worksheet is vital for assessing past contract performance as part of the bidding and award process in federal and state/local government RFPs and grants. The framework ensures that relevant information is systematically collected to facilitate informed decision-making regarding future contract awards, thereby maintaining accountability and promoting quality service delivery.
    Malmstrom Air Force Base is seeking quotes for fire suppression services under the solicitation FA4626-24-Q-0064, exclusively for small businesses. The procurement includes a base year plus four option years (October 1, 2024, to September 30, 2029), and interested contractors must conform to the specifications outlined in the attached Statement of Work and Pricing Worksheet. Interested offerors are required to be registered in the System for Award Management (SAM) and have a valid business ID to access the base. The evaluation process will focus on both price and technical qualifications, with a particular emphasis on the expertise of available technicians and their certifications. Offerors must submit a technical evaluation report with a limit of 10 pages. All quotes must be submitted by 2:00 PM MT on September 25, 2024, and all inquiries regarding this procurement should be directed to the Contract Administrator and Contracting Officer by the specified deadline. This solicitation illustrates the government’s commitment to engaging small businesses while ensuring compliance with federal regulations regarding labor standards and other contractual obligations.
    The document outlines a Request for Quote (RFQ) for fire suppression services at Malmstrom Air Force Base, Montana, designated as FA4626-24-Q-0064. This procurement is exclusively for small businesses, with a total contract duration of one base year and four optional years from October 1, 2024, to September 30, 2029. Bidders must submit their quotes using specified attachments, including a pricing worksheet and a past performance questionnaire. The evaluation will consider technical compliance, past performance on relevant contracts, and pricing, with the goal of identifying the best value offeror. Important procedural details include requirements for identification for base access, registration in the System for Award Management (SAM), and adherence to federal labor standards, including Wage Determination Number 2015-5391. The RFQ includes provisions for funding availability and specifies that no awards will be made without available funds. The document stresses the necessity for bidders to maintain a valid quote until September 30, 2024, and to direct any questions to designated contacts by stated deadlines, ensuring a structured approach conducive to government procurement standards.
    This document outlines questions and answers related to a solicitation for fire extinguisher and suppression system services at Malmstrom Air Force Base. It clarifies that the base utilizes different brands of fire extinguishers—primarily Amerex, Badger, and Ansul—and confirms the presence of specific hood and duct systems at various off-base locations. The solicitation addresses the process for submitting pricing, indicating that interested parties should fill out the provided Pricing Worksheet. Furthermore, it notes that this is not a new contract, referencing the previous contract number FA4626-24-P-0001. The document highlights the need for detailed information about the quantity and type of fire safety equipment located at each facility, particularly the identification of fuse links from hood system tags. Altogether, the document serves as a resource for potential contractors responding to the request for proposals, ensuring they have necessary information to provide accurate bids.
    The document outlines a federal Request for Proposals (RFP) related to environmental and compliance services for a designated project. It addresses the need for qualified contractors to assist various levels of government in the preparation and submission of proposals for federal grants and state/local RFPs. Key components include a thorough understanding of federal guidelines, the submission processes for grants, and the importance of adhering to deadlines. Additionally, the document emphasizes the necessity for potential bidders to demonstrate prior experience with similar contracts, highlighting evaluative criteria for selection. The project aims to improve governmental capabilities in securing necessary funding while ensuring compliance with environmental regulations and standards in proposed initiatives. Ultimately, this RFP serves to solicit skilled contractors capable of delivering expert guidance throughout the application process, fostering better project outcomes through collaborative efforts. The document is structured to provide a clear scope of work, required qualifications, and submission instructions, facilitating a streamlined bidding process.
    Lifecycle
    Title
    Type
    Fire Suppression System
    Currently viewing
    Combined Synopsis/Solicitation
    Similar Opportunities
    Kitchen Hoods & Fire Suppression System Inspection, Repair, & Maintenance (Service)
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors for the inspection, repair, and maintenance of kitchen hoods and fire suppression systems at F.E. Warren Air Force Base in Wyoming and associated Missile Alert Facilities. The procurement requires contractors to provide all necessary personnel, equipment, and services for semi-annual inspections, maintenance, and emergency repairs, ensuring compliance with applicable standards and regulations. This initiative is crucial for maintaining operational readiness and safety within military facilities, emphasizing the importance of effective fire suppression systems. Interested parties must submit their written quotations by October 15, 2024, with inquiries directed to Halle Schaneman at halle.schaneman@us.af.mil or Arthur W. Makekau at arthur.makekau@us.af.mil, and must be registered in the System for Award Management (SAM) prior to contract award.
    Wing Wide Fire Extinguisher Service
    Active
    Dept Of Defense
    The Department of Defense, specifically the 130th Airlift Wing in Charleston, West Virginia, is seeking quotations for the Wing Wide Fire Extinguisher Service, which includes hydrostatic testing and servicing of fire extinguishers in compliance with National Fire Protection Agency (NFPA) standards. The procurement involves testing a total of 162 ten-pound extinguishers, purchasing 26 new ten-pound ABC extinguishers, and 2 six-liter Class K extinguishers, with services to be performed Monday through Friday from 8:00 am to 4:30 pm, excluding federal holidays. This initiative is crucial for maintaining safety standards and operational readiness at the airlift wing, ensuring that fire protection equipment is properly maintained and compliant. Interested small businesses must submit their quotations by September 23, 2024, and ensure they are registered in SAM.gov; for further inquiries, contact SSgt Jorden McCormick at jorden.mccormick@us.af.mil or 304-341-6206.
    Pressure Washer
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking quotes for the procurement of six CoilPro CC-140 pressure washers for use at Malmstrom Air Force Base in Montana. This requirement is set aside for small businesses under the NAICS code 333248, which encompasses all other industrial machinery manufacturing, and aims to enhance operational efficiency through specialized cleaning equipment. Interested vendors must submit their written quotes by 2:00 PM MT on September 19, 2024, with inquiries due by September 16, 2024; for further information, potential bidders can contact Marquis Patton at marquis.patton.1@us.af.mil or Joshua D. Crist at joshua.crist.1@us.af.mil.
    Modular Airborne Fire Fighting Systems (MAFFS) Coordination and Maintenance Services
    Active
    Agriculture, Department Of
    Presolicitation AGRICULTURE, DEPARTMENT OF FOREST SERVICE is seeking Modular Airborne Fire Fighting Systems (MAFFS) Coordination and Maintenance Services in Boise, ID, USA. The service is typically used for inspection, maintenance, repair, inventory management, engineering support, training, and coordination activities to ensure operational readiness for eight (8) Modular Airborne Fire Fighting Systems, second generation (MAFFS II), and associated ground equipment during the wildland fire season and throughout the year. The anticipated response date is 31 March 2024 at 1400 MT. The set aside code is Total Small Business Set-Aside (FAR 19.5). The NAICS code is 488190 – Other Support Activates for Air Transportation. The small business size standard is $40 Million. The Forest Service intends to issue a request for quotes (RFQ) on or around 1 March 2024. The resulting contract will be a firm-fixed priced (FFP), indefinite-delivery, indefinite-quantity (IDIQ) contract with a twelve (12)-month base period and four (4), twelve (12)-month option periods. Interested parties shall submit quotes through e-mail to the Contracting Officer, Gwen Boyle, at Gwendolynn.Boyle@usda.gov. Contractors must be registered and active in the SAM.gov database prior to contract award. All invoices for this procurement shall be submitted through the Department of Treasury’s Internet Payment Platform (IPP). For further information, please contact Gwen Boyle at Gwendolynn.Boyle@usda.gov.
    Fire Alarm Maintenance
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors for fire alarm maintenance services at Offutt Air Force Base in Nebraska. The procurement involves troubleshooting and repairing fire alarm panel faults, replacing a control panel display screen, and procuring fire alarm equipment, with all services to be performed in accordance with the Performance Work Statement (PWS). This initiative is crucial for maintaining the operational integrity and safety of fire alarm systems within military facilities. Interested parties must submit their price quotations and technical approaches by September 26, 2024, and should direct any questions to Morgan Hockaday at morgan.hockaday@us.af.mil or Jacob Saunders at jacob.saunders.3@us.af.mil.
    FY25 Commercial Entrance Control Facility, Malmstrom Air Force Base, Montana
    Active
    Dept Of Defense
    The Department of Defense, through the US Army Corps of Engineers (USACE) Seattle District, is seeking interested contractors for the construction of a Commercial Entrance Control Facility at Malmstrom Air Force Base, Montana. This project, estimated to cost between $10 million and $25 million, involves the design and construction of a large vehicle inspection station, support buildings, and various security features, including vehicle barriers and surveillance systems. The opportunity is particularly aimed at small businesses, including those classified under the 8(a) program, Service-Disabled Veteran-Owned Small Businesses, and others, to ensure broad participation in federal contracting. Interested firms must submit their capabilities packages by October 14, 2024, and should be registered in the System for Award Management (SAM) to be eligible for future contracts. For further inquiries, contact Kyla Couch at kyla.m.couch@usace.army.mil or Curt Stepp at curt.stepp@usace.army.mil.
    Vehicle Fire Suppression Vehicles - De-Ice Trucks
    Active
    Dept Of Defense
    The Department of Defense, specifically the Minnesota Air National Guard, is soliciting quotes for the procurement of fire suppression systems for de-icing vehicles under RFQ W50S7E-24-Q-0028. The project aims to replace non-compliant ANSUL systems in two de-icing trucks with new systems that adhere to NFPA 1901 standards, featuring capabilities such as wet agent tanks, multi-zone detection, and a compact design that minimizes passenger space usage. This procurement is crucial for ensuring operational safety and efficiency during winter operations, with a firm-fixed price contract contingent on the availability of funds. Interested small businesses must submit their quotes electronically by September 20, 2024, and can direct inquiries to Lt Col Ann Feist at ann.feist.1@us.af.mil or by phone at 612-713-2626.
    42--EXTINGUISHER,FIRE
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Troop Support), is seeking quotes for the procurement of fire extinguishers, specifically NSN 4210016995454, with a total quantity of 162 units required for delivery to DLA Distribution San Joaquin. This procurement is crucial for ensuring the safety and emergency preparedness of military facilities, highlighting the importance of reliable fire safety equipment. The solicitation is a Total Small Business Set-Aside, and interested vendors must submit their quotes electronically, as hard copies will not be available. For inquiries, potential bidders can contact the DLA at DibbsBSM@dla.mil, and the solicitation details can be accessed through the DLA's online platform.
    NAF Skis and Snowboards
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is issuing a Request for Quote (RFQ) for the procurement of skis and snowboards under solicitation number FA4626-24-Q-0052. This procurement aims to enhance outdoor recreation offerings at Malmstrom Air Force Base in Montana by supplying essential winter sports equipment, including skis, bindings, boots, and snowboards, with a focus on safety and user-friendly design. The contract is set as a total small business set-aside, with quotes due by October 2, 2024, at 2:00 PM MT, and inquiries accepted until September 26, 2024. Interested vendors should contact SrA Tamia Cash at tamia.cash@us.af.mil or Kamiyah Parker at kamiyah.parker@us.af.mil for further details.
    42--EXTINGUISHER,FIRE
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Troop Support), is seeking quotes for the procurement of fire extinguishers, specifically NSN 4210012459850, with a total quantity of 1,166 units required for delivery to DLA Distribution San Joaquin. This solicitation is part of a Combined Synopsis/Solicitation and is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), emphasizing the importance of supporting veteran-owned enterprises in government contracting. The procurement is critical for ensuring safety and compliance in various operational environments, as fire extinguishers are essential safety equipment. Interested vendors must submit their quotes electronically, as hard copies will not be available, and any inquiries should be directed to the buyer via email at DibbsBSM@dla.mil. The deadline for quotes is set for 112 days after the award date.