AFFF Lockout System Service
ID: 70Z03325QSEAT0014AType: Combined Synopsis/Solicitation
Overview

Buyer

HOMELAND SECURITY, DEPARTMENT OFUS COAST GUARDBASE SEATTLE(00033)SEATTLE, WA, 98134, USA

NAICS

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

PSC

MISCELLANEOUS ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS (6350)

Set Aside

Partial Small Business Set-Aside (FAR 19.5) (SBP)
Timeline
  1. 1
    Posted Apr 7, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 15, 2025, 12:00 AM UTC
  3. 3
    Due Apr 16, 2025, 10:00 PM UTC
Description

The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors to provide Aqueous Film Forming Foam (AFFF) lockout system services at Air Station Port Angeles in Washington. The contractor will be responsible for executing lockout procedures on the hangar's automatic extinguishing system, which includes securing valves, removing solenoid coils, and conducting inspections, all in compliance with the Time Compliance Technical Order (TCTO) SILC-TCTO-36-11 55 13 25-04. This initiative is crucial for maintaining safety standards and operational integrity in fire suppression systems, emphasizing the importance of qualified personnel with NICET level II certification. Interested parties must submit their quotes by April 16, 2025, at 3 PM PST, and direct any inquiries to Michelle Myhra at Michelle.M.Myhra2@uscg.mil or Patrick Gittings at Patrick.R.Gittings@uscg.mil.

Files
Title
Posted
Apr 16, 2025, 12:06 AM UTC
The Time Compliance Technical Order (TCTO) SILC-TCTO-36-11 55 13 25-04 mandates lockout procedures for foam-based fire suppression systems in Coast Guard aircraft hangars to mitigate risks associated with deactivation. Compliance is required within 45 days, targeting facilities with High Expansion Foam (Hi-Ex) or Aqueous Film Forming Foam (AFFF) systems. Key actions include locking out valves and switches, ensuring operational water systems remain functional, and coordinating with relevant parties in leased facilities. The TCTO delineates roles and responsibilities, emphasizing the importance of reporting compliance to the Tactical Operations Product Line (TOPL). It outlines detailed lock-out instructions and requires notifications to key personnel regarding the status change in fire suppression capabilities. The document underscores the need for systematic risk mitigation to prevent class Bravo fires while securing operational integrity during the foam system lockdown. The TCTO ensures that safety protocols are maintained and provides guidance for managing fire protection systems effectively within Coast Guard operations.
Apr 16, 2025, 12:06 AM UTC
The document outlines a comprehensive list of provisions and clauses related to federal acquisitions, encapsulated in the Smart Matrix for government contracts. It includes both mandatory (P) and contractual (C) clauses across various categories, detailing their effective dates and prescribed references, which guide compliance in contract fulfillment. The provisions range from foundational clauses, such as the Certificate of Independent Price Determination and Gratuities, to specialized sections pertaining to small business regulations and environmental considerations. The structure is organized systematically, making it easier for contractors to access critical information on compliance requirements, facilitating a smooth acquisition process. This matrix serves as a vital tool for federal and state agencies as well as contractors involved in RFPs and grants, ensuring regulatory adherence and streamlining procurement operations while promoting transparency and ethical practices.
Apr 16, 2025, 12:06 AM UTC
The document outlines provisions and clauses related to federal procurement, specifically from the Smart Matrix provided by Acquisition.GOV. It includes a comprehensive list of clauses, noting their effective dates and application requirements. Key clauses like 52.202-1 (Definitions), 52.222-50 (Combating Trafficking in Persons), and 52.204-23 (Prohibition on Contracting for Kaspersky Lab Products) emphasize compliance and ethical practices in government contracting. Additionally, clauses related to subcontractor rights, contractor payments, and protections against human trafficking illustrate the government's commitment to fair business practices and safeguarding subcontractor interests, especially for small businesses. The structure of the document consists of the provision number, effective date, and applicability for contractors. It serves as a critical resource for contractors participating in federal grants and RFPs, ensuring they remain informed about regulatory requirements and ethical obligations in their dealings with the government. Overall, the document reinforces accountability and promotes a transparent procurement process.
Apr 16, 2025, 12:06 AM UTC
The U.S. Coast Guard's Air Station Port Angeles is seeking a contractor to deactivate the Aqueous Film Forming Foam (AFFF) deluge system in the aircraft hangar. The contractor is responsible for providing all necessary personnel, tools, and materials to execute the lockout procedure as per technical specifications. Key tasks include securing valves and switches, removing solenoid coils, and conducting final inspections of the fire alarm panel. The contractor must employ qualified fire protection technicians and maintain safety and environmental compliance throughout the project. Additionally, the contract necessitates regular communication with designated Coast Guard points of contact and adherence to strict operational guidelines. The work is to be completed within 45 calendar days, and operational hours are generally from 0800 to 1600 PST, Monday through Friday. All invoices will be processed electronically. This initiative emphasizes the Coast Guard's commitment to maintaining safety standards at its facilities through proper handling and deactivation of fire suppression systems.
Apr 16, 2025, 12:06 AM UTC
Apr 16, 2025, 12:06 AM UTC
This document outlines a solicitation for commercial products and services specifically targeting Women-Owned Small Businesses (WOSB), issued by the U.S. Coast Guard. It includes essential details such as the requisition number, contract number, effective dates, and information on submitting offers. The solicitation highlights the nature of the requirement, which involves Aqueous Film Forming Foam (AFFF) lockout services, along with the associated North American Industry Classification System (NAICS) code. Key information includes the offer due date, delivery, and payment terms, emphasizing the need for compliance with federal acquisition regulations. The solicitation encourages participation from various small business categories, including Economically Disadvantaged Women-Owned Small Businesses and Service-Disabled Veteran-Owned Small Businesses. Interested businesses must complete specified blocks concerning their offers, and the document also outlines the awarding process, contractor obligations, and administrative details. The overall purpose is to foster opportunities for small businesses while ensuring adherence to government procurement standards and guidelines. The document serves as a formal request for proposals, facilitating the acquisition process by providing a structured format for offers and relevant contractual obligations.
The U.S. Coast Guard Airstation Port Angeles requires a contractor to deactivate the Aqueous Film Forming Foam (AFFF) deluge system servicing its aircraft hangar. The scope includes a lockout procedure performed by a certified fire protection technician, ensuring all components of the AFFF system are properly secured and labeled. The contractor is responsible for providing all necessary personnel and equipment, conducting inspections, and documenting the work completed. Additionally, the contractor must comply with safety regulations, particularly regarding hazardous materials, and ensure proper waste disposal. The project is to be completed within 45 calendar days of commencement. The period of performance will not exceed 30 days from the award date, and work typically occurs during standard hours, though adjustments may be requested. Invoicing will occur through the Invoice Processing Platform (IPP). This contract underscores the importance of safety and compliance in government operations, particularly in managing fire suppression systems at federal facilities.
Lifecycle
Title
Type
Combined Synopsis/Solicitation
Similar Opportunities
USCGC RAYMOND EVANS FIRE SURPRESSION SYSTEMS INSEPCTION
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors to perform inspection and certification of the FM200 and Galley Fixed Fire Suppression Systems aboard the USCGC RAYMOND EVANS (WPC 1110) located in Key West, Florida. The contractor will be required to travel to the cutter's homeport to conduct the necessary inspections in accordance with established procedures, with the service scheduled for the week of May 21, 2025, subject to confirmation by the cutter's Engineering Petty Officer. This procurement is critical for ensuring compliance with safety and operational standards for the Coast Guard's fire suppression systems, which are vital for the safety of personnel and equipment. Interested vendors must submit their Firm Fixed Price quotations by May 7, 2025, at 9:00 A.M. Eastern Standard Time, and can direct inquiries to Timothy Ford at timothy.s.ford@uscg.mil or Patricia Fremming at Patricia.M.Fremming@uscg.mil.
CGC OAK Inspection and Service of CO2 and APC Marine Fire Suppression Systems
Buyer not available
The US Coast Guard Surface Force Logistics Center invites quotations for the inspection and service of CO2 and APC marine fire suppression systems on the USCGC OAK. This combined synopsis and solicitation seek a firm-fixed-price contract under FAR Part 13.5. The work involves providing all necessary labor, supervision, and materials to inspect and service the fire suppression systems aboard the vessel, which is docked in Newport, Rhode Island. The contract is intended for small businesses, and all responsible vendors are encouraged to submit quotations. The deadline for submission is 12 pm Pacific Time on September 27th, 2023. Vendors must email their quotes to Donna.J.O'Neal@uscg.mil and Michael.E.Madrigal@uscg.mil and ensure receipt is acknowledged by the Coast Guard. The solicitation incorporates provisions and clauses effective through Federal Acquisition Circular 2005-65. Vendors must comply with the small business standards and use a SAM.gov registered DUNS number on their quotes. For more information, contact Donna O'Neal at Donna.J.O'Neal@uscg.mil or 5103931145.
CGC JAMES - AFFF MONITOR
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking proposals for the procurement of a National Foam HMB-4 Remote Control Hydraulic Monitor, which is critical for fire suppression operations on the CGC JAMES. This procurement is part of the maintenance efforts for the CGC HAMILTON, necessitating the replacement of a damaged harness to ensure operational readiness and compliance with safety standards. The period of performance for this contract extends until November 31, 2024, with delivery directed to CGC JAMES in North Charleston, South Carolina. Interested parties should contact Tyler Melton at Tyler.k.melton@uscg.mil or by phone at 510-437-5437 for further details, as this opportunity is set aside for small businesses under the SBA guidelines.
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.
Lock & Dam 5A AFFF Extinguisher Cleanout
Buyer not available
The Department of Defense, specifically the U.S. Army Corps of Engineers, is seeking contractors for the cleanout of a Film Forming Fluoroprotein (FFFP) extinguisher cart located at Lock and Dam 5A in Fountain City, Wisconsin. The contractor will be responsible for disabling and emptying the extinguisher, disposing of its contents, cleaning the vessel, and providing documentation of the disposal process. This service is crucial for maintaining safety and compliance with fire protection standards, as the extinguisher is a government-owned asset that must remain in custody after the work is completed. The total contract value is estimated at $16,500,000, with a completion deadline set for June 30, 2025. Interested parties should contact Karl Just at karl.p.just@usace.army.mil or 651-290-5768 for further details.
Repair Fire Suppression Systems, Hangars 3 and 4 on McChord Field, Joint Base Lewis-McChord (JBLM), WA.
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers (USACE), is seeking contractors for a construction project to repair fire suppression systems in Hangars 3 and 4 at McChord Field, Joint Base Lewis-McChord (JBLM), Washington. The project involves replacing the existing high expansion foam system with an automatic sprinkler system, upgrading fire alarm systems, and addressing asbestos remediation, along with repairs to the Fire Pump House and waterlines. This initiative is crucial for maintaining safety and operational standards at military facilities, with an estimated project cost between $10 million and $25 million. Interested firms must submit a capabilities package by April 25, 2025, and should contact Christopher Baroldy at christopher.l.baroldy@usace.army.mil for further information.
Amerex Halotron Fire Extinguisher Inspection, Maintenance, and Repair, Multiple Locations
Buyer not available
The Department of Defense, through the Naval Supply Systems Command Fleet Logistics Center Jacksonville, is seeking qualified small businesses to provide inspection, maintenance, and repair services for Amerex Halotron fire extinguishers at various Naval Air Stations. The contract requires compliance with National Fire Protection Association (NFPA) standards and aims to ensure the operational readiness and safety of Navy assets through reliable fire extinguishing services. This procurement is critical for maintaining effective firefighting capabilities and includes a base year from June 1, 2025, to May 31, 2026, with four option years extending through May 2030. Interested parties must submit their quotations by April 25, 2025, and can contact Kyle Smigelski at kyle.a.smigelski.civ@us.navy.mil or 904-542-1264 for further information.
Fire Alarm Panel Tech Support/Site Visit
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking proposals from qualified small businesses for technical support and site visits related to the Mircom Pro-2000 Fire Detection Panel on the USCGC Donald Horsley. The contractor will be responsible for troubleshooting and repairing the fire alarm panel, which is no longer supported by the manufacturer, and must provide either newly manufactured parts or refurbish existing components during the scheduled site visit from May 5-9, 2025, in Galveston, Texas. This procurement is crucial for maintaining fire safety on the vessel, ensuring compliance with safety and environmental regulations, and adhering to federal guidelines. Interested vendors must submit their proposals by April 28, 2025, and can contact Sandy Reed-Robinson at sandy.m.reed-robinson@uscg.mil or Patricia Fremming at Patricia.M.Fremming@uscg.mil for further information.
SERVICE TO TEST, INSPECT, AND REPAIR FENWAL 6000 FIRE ALARM SYSTEMS AND H2S GAS DETECTION SYSTEMS
Buyer not available
The Department of Defense, specifically the Department of the Navy, is seeking contractors to provide testing, inspection, and repair services for FENWAL 6000 Fire Alarm Systems and H2S Gas Detection Systems aboard COMPACFLT Berthing and Messing Barges at the Puget Sound Naval Shipyard in Bremerton, Washington. The contractor will be responsible for conducting annual and semi-annual inspections, emergency repairs, and ensuring compliance with safety standards to maintain the operational readiness and safety of these critical systems. This non-personal services contract emphasizes the importance of regular inspections to safeguard Navy personnel and mitigate risks associated with system failures. Interested parties should contact Chloe Vernet at chloe.b.vernet.civ@us.navy.mil or Christopher Davidson at christopher.t.davidson7.civ@us.navy.mil for further details, and note that contractor personnel must possess a minimum of Confidential security clearance.
Overhaul of Collective Trim Servos
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking quotations for the overhaul of Collective Trim Servos used in MH-60T aircraft, under solicitation number 70Z03825QJ0000107. The procurement aims to establish a sole-source Indefinite Delivery Requirements contract with Kearfott Corporation, focusing on ensuring that all overhauled components meet stringent airworthiness standards and comply with FAA guidelines. This contract is critical for maintaining the operational readiness and safety of U.S. Coast Guard aircraft, with a total duration not exceeding five years, including one base year and four optional years. Interested contractors must submit their quotations by May 15, 2025, with anticipated award notifications around June 20, 2025; for inquiries, contact Amy Whitehurst at Amy.E.Whitehurst2@uscg.mil or 206-831-4477.