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
    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
    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.
    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.
    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.
    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.
    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
    52000QR260001472 USCGC BAILEY BARCO FM200 AND GALLEY HOOD INSPECTION
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified small businesses to conduct inspection and testing of the fire suppression systems aboard the CGC Bailey Barco, including five-year visual inspections for six FM200 cylinders and hydrostatic testing of the galley system. This procurement is critical for ensuring the operational readiness and safety compliance of the cutter's fire suppression systems, adhering to established maintenance procedures and industry standards. Interested vendors must have trained personnel with relevant experience in marine Chemetron Fire Systems and are required to submit their proposals by December 17, 2025, with the work to be completed by December 30, 2025. For further inquiries, vendors can contact Timothy Ford at timothy.s.ford@uscg.mil or Joshua Miller at joshua.n.miller@uscg.mil.
    Air Station Detroit Fire Suppression System Inspection
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified vendors to provide inspection and testing services for the fire suppression system at Air Station Detroit, located at Selfridge ANGB in Michigan. The procurement involves a request for quotation (RFQ) for commercial services, focusing on the inspection of installed fire alarms and suppression systems in accordance with the attached Statement of Work (SOW). This opportunity is critical for ensuring the safety and operational readiness of fire control equipment, which plays a vital role in emergency response and safety protocols. Interested small businesses must submit their bids through the Unison Marketplace platform, with questions directed to Marketplace Support at marketplacesupport@unisonglobal.com or by calling 877-933-3243. The solicitation emphasizes a total small business set-aside and will utilize an online competitive reverse auction format to enhance vendor participation.
    Repair/Repair and Modify Fuel Management Panels
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the United States Coast Guard (USCG), is seeking a contractor to repair and modify fuel management panels for MH-60T aircraft. The procurement involves services such as testing, evaluation, and repair of components in accordance with Original Equipment Manufacturer (OEM) specifications and FAA guidelines, with the contractor required to be an approved repair facility and possess OEM certifications. These fuel management panels are critical for the operational readiness of the aircraft, ensuring safety and efficiency in air transportation. Interested vendors must submit their quotations by December 18, 2025, at 2:00 PM EST, and can direct inquiries to Julie Lininger at julie.g.lininger@uscg.mil. The contract is unrestricted, with a delivery timeline of 250 days after receipt of order, and the solicitation number for tracking is 70Z03825QJ0000379.
    Seattle VA Portable Fire Extinguisher Maintenance Service RFQ
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking a qualified contractor to provide comprehensive maintenance services for approximately 1,500 portable fire extinguishers across the VA Puget Sound Health Care System facilities located in Seattle, American Lake, and Magnolia, Washington. The procurement includes monthly, annual, and six-year inspections, as well as a twelve-year hydrostatic test swap-out program, ensuring compliance with NFPA 10, TJC, OSHA, and VA directives. This maintenance service is critical for maintaining fire safety and compliance across the facilities, with the contract valued at up to $12.5 million and set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB). Interested parties must submit their quotations by December 16, 2025, and can contact Michael J Borelli at Michael.Borelli@va.gov for further information.
    Edwards AFB Fire Suppression Maintenance 2026
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the Fire Suppression Maintenance contract at Edwards Air Force Base (AFB) for the year 2026. This contract encompasses the testing, maintenance, and repair of the pre-action fire suppression system at the Benefield Anechoic Facility, Building 1030, ensuring compliance with NFPA and UFC standards, with a total potential contract value of approximately $19.5 million over a five-year period. The procurement includes specific recurring tasks across multiple quadrants, with contractors required to utilize boom lifts for high-ceiling inspections and adhere to various federal regulations and standards. Interested vendors must submit their quotes by December 15, 2025, and are encouraged to attend a site visit on November 24, 2025, with prior registration required. For further inquiries, contact Jamil Minosa at jamil.minosa.2@us.af.mil or Abel Alcantar at abel.alcantar.1@us.af.mil.
    PARTS KIT SEAL REPLACEMENT
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking quotations for a Parts Kit Seal Replacement, which includes a Servo Box Repair Kit essential for the maintenance of 210 A Class vessels. The procurement requires three kits from Propulsion Systems Inc, with strict adherence to packaging, marking, and delivery requirements to ensure compliance and prevent damage during transit. This opportunity is critical for maintaining the operational readiness of the Coast Guard's fleet, and interested vendors must submit their quotes by November 21, 2025, at 10:00 AM EST, while ensuring they meet all specified requirements, including registration with the System for Award Management (SAM). For inquiries, vendors can contact Yvette R. Johnson at YVETTE.R.JOHNSON@USCG.MIL.
    open inspect and report CORE ASSEMBLY,FLUID
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors to perform the opening, inspection, reporting, and overhaul of two Core Assembly Fluid units, identified by stock number 4420-01-496-9702 and part number N03877. The procurement requires the use of genuine parts from American Precision Industries Inc. and mandates a thorough refurbishment process to restore the units to their original operating specifications, including pressure and production tests to ensure performance. Interested vendors must submit their quotes by November 24, 2025, to Eric Goldstein at Eric.I.Goldstein@uscg.mil, with the total estimated cost for the overhaul not to exceed $21,080, and compliance with various federal regulations and certifications is required.
    Procurement of Fuel Tanks
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard's Aviation Logistics Center, is seeking quotations for the procurement of fuel tanks for aircraft. This opportunity involves the acquisition of 19 units each of right and left fuel tanks, which must be newly manufactured commercial items sourced from Original Equipment Manufacturers (OEMs) such as Sikorsky Aircraft Corporation and Meggitt (Rockmart), Inc. The procurement is critical for maintaining the operational readiness and safety of U.S. Coast Guard aircraft, ensuring that all components meet stringent FAA guidelines and OEM specifications. Interested vendors must submit their quotations by January 5, 2026, with an anticipated award date around April 1, 2026. For further inquiries, contact Steven Levie at steven.a.levie@uscg.mil or by phone at 206-815-2059.
    52000QR260001486 USCGC JOHN WITHERSPOON HULL CLEANING AND ZINC RENEWAL
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified small businesses to provide underwater hull inspection, cleaning, and zinc renewal services for the CGC JOHN WITHERSPOON. The procurement requires trained personnel to conduct thorough inspections and cleaning of the vessel's hull, coating system, and associated components, along with the replacement of zinc anodes, including 12 additional stern tube zincs not covered in standard procedures. This maintenance is critical for ensuring the operational readiness and longevity of the vessel and is scheduled to take place between February 10 and March 10, 2026, at USCG Base Ketchikan, Alaska. Interested vendors must submit their quotes by January 8, 2025, and can reach out to the primary contacts, Timothy Ford and Joshua Miller, via email for further inquiries.
    Commercial Cleaning Ventilation CGC Forward
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors for a commercial cleaning and inspection project of the ventilation systems aboard the USCGC FORWARD (WMEC 911) in Portsmouth, Virginia. The primary objective is to enhance airflow, improve air quality for the crew, and ensure ship safety by reducing fire hazards through thorough cleaning of various ventilation systems, including those in the engine room, galley, pantry, and laundry areas. This contract is set aside for small businesses and includes a 14-day base period with four option periods, requiring contractors to provide qualified personnel, a project manager, and adhere to strict security and reporting guidelines. Interested parties should contact Kyler Madison at kyler.d.madison@uscg.mil or 571-610-5345 for further details.