Fire Training Facilities Maintenance
ID: FA480025Q0001Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA4800 633 CONS PKPLANGLEY AFB, VA, 23665, USA

NAICS

Building Inspection Services (541350)

PSC

INSPECTION- FIRE FIGHTING/RESCUE/SAFETY EQUIPMENT; ENVIRON PROTECT EQUIPMENT/MATLS (H342)

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 soliciting quotes for the maintenance of fire training facilities at Langley Air Force Base in Virginia. The procurement involves comprehensive services including inspections, testing, maintenance, and repairs of both Large Frame and Small Frame Aircraft Fire Training Facilities, as well as the Structural Fire Training Facility, in accordance with the Performance Work Statement (PWS). These services are crucial for ensuring the operational effectiveness and safety of fire training operations, with a focus on compliance with safety and environmental regulations. Interested small businesses must submit their quotations by October 17, 2024, and direct any inquiries to Lester A. Yearwood or Chet Terrill via the provided email addresses. The contract will be awarded based on a Firm-Fixed Price model, with a NAICS code of 541350 and a size standard of $11.5 million.

    Files
    Title
    Posted
    The document is a combined synopsis/solicitation for the purchase and maintenance of fire training facilities at Langley AFB, Virginia. It outlines a Request for Quotation (RFQ) FA480025Q0001, specifically targeting small businesses with a NAICS code of 541350 and an $11.5M size standard. The required services include annual and semi-annual inspections of Aircraft Fire Training Facilities and providing necessary repair parts. Proposals must conform to specific technical standards detailed in the Performance Work Statement, emphasizing the vendor's capability to conduct inspections and maintenance in accordance with T.O. 35E1-2-13-1 regulations. Quotations are due by October 17, 2024, and must be submitted via specific email addresses. The selection process is based on a price evaluation, with the lowest priced technically acceptable quote likely to be awarded the contract. Vendors are reminded to be registered in the System for Award Management and to comply with various FAR and DFARS clauses relevant to the acquisition. The document also emphasizes that the awarding of the contract may occur without discussions unless deemed beneficial by the government, which maintains the right to extend the performance period under specific FAR regulations.
    The document outlines the Performance Work Statement (PWS) for maintaining fire training facilities at Langley Air Force Base, detailing the contractor's responsibilities for inspections, testing, maintenance, and repairs of Aircraft Fire Training Facilities (AFTF) and Structural Fire Training Facilities (SFTF). Key tasks include conducting semi-annual inspections, performing minor maintenance, ensuring compliance with relevant regulations, and maintaining structural integrity. The contractor must manage liquid propane systems and perform routine repairs on high-use components. Contractual expectations include timely reporting, adherence to safety and environmental regulations, and the requirement for contractor personnel to be fluent in English. Performance metrics indicate that inspections must have zero defects, with a structured approach for addressing any discrepancies through corrective actions. The PWS emphasizes a strong quality control and assurance component, delineating the government's right to assess contractor performance, including regular evaluations based on established performance thresholds. Additionally, the contractor is responsible for submitting repair quotes, ensuring cost-effectiveness, and safeguarding government property. Overall, this document serves as a comprehensive guide for the contractor to ensure the operational effectiveness and safety of the fire training facilities.
    The document outlines the Wage Determination 2015-4341 from the U.S. Department of Labor, specifically under the Service Contract Act (SCA), providing minimum wage standards for contractors operating in North Carolina and Virginia. The wage determination, recently revised on July 22, 2024, mandates a minimum wage of $17.20 per hour for contracts entered after January 30, 2022, aligning with Executive Order 14026. For contracts awarded between January 1, 2015, and January 29, 2022, the minimum wage is set at $12.90. Various occupational salary rates are presented across multiple job categories, including administrative support, automotive service, health occupations, and technical roles. Additionally, the document specifies fringe benefits, health and welfare stipulations, and paid sick leave provisions under Executive Order 13706, which applies to contractors. It emphasizes compliance with contract conditions, noting that failing to pay required wages for unlisted job classifications necessitates a conformance process. This document serves as a vital guideline for contractors on wage standards and employee rights related to federal contracts, ensuring equitable compensation and protection under labor laws.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Fire Department Training Aids
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting bids for the procurement of training aids for the Fire Department at Vance Air Force Base in Enid, Oklahoma. The request includes various training items such as an Automobile FireTrainer Car and a Commercial Dumpster Prop, which are essential for enhancing the operational readiness and safety training of fire personnel. Interested vendors must submit their quotes by 11:00 AM CST on October 10, 2024, and ensure compliance with federal procurement regulations, including the Buy American Act. For further inquiries, potential bidders can contact Heather Long at heather.long.10.ctr@us.af.mil or by phone at 580-213-7179.
    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.
    LF Portable Latrines
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the leasing and servicing of portable latrines at F.E. Warren Air Force Base in Wyoming. The contract requires the provision of 150 handicap-accessible portable latrines, which must be cleaned and serviced monthly, with additional services available upon request within 72 hours. This procurement is crucial for maintaining sanitary conditions at military launch facilities, ensuring compliance with safety and environmental standards. Interested small businesses must submit their quotes by October 15, 2024, and can direct inquiries to Ms. Karmella Van Stockum at karmella.vanstockum.1@us.af.mil or Mr. Arthur Makekau at arthur.makekau@warren.af.mil, with an estimated contract value of $9 million over the base year and four optional years.
    99 CES Hoods and Ducts
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for exhaust system cleaning services at Nellis Air Force Base (AFB) under the title "99 CES Hoods and Ducts." The contractor will be responsible for providing all necessary personnel, equipment, and materials to perform comprehensive cleaning of exhaust ducts, fans, and related equipment at various food service facilities, ensuring compliance with safety standards and regulations. This procurement is crucial for maintaining safe exhaust systems that prevent fire hazards, reflecting the government's commitment to safety and operational efficiency at Nellis AFB. Proposals are due by October 7, 2024, at 12:00 PM PDT, and interested parties should contact Tiffany Jones at tiffany.jones.33@us.af.mil or Rachel Tilley at rachel.tilley.1@us.af.mil for further information.
    Tank Farm Maintenance
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Air Force, is seeking contractors for a Firm Fixed Price Contract for Tank Farm Maintenance at Tinker Air Force Base in Oklahoma. The procurement involves providing preventative and remedial maintenance for 20 pieces of equipment, ensuring compliance with API and ASME standards, and adhering to stringent safety and operational protocols. This maintenance is critical for the safe management of hazardous materials, particularly in relation to hydrogen storage and handling, reflecting the government's commitment to safety and operational efficiency. Interested contractors must submit their quotes by October 29, 2024, with the contract expected to commence on November 13, 2024. For further inquiries, contact Carol D. Castle at carol.castle@us.af.mil or call 405-761-0317.
    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.
    VSFB Vehicle Corrosion Control Services
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting quotes for Vehicle Corrosion Control Services at Vandenberg Space Force Base in California. This procurement, identified as Request for Quote Number FA4610-24-Q-0038, is a total small business set-aside under NAICS code 811121, with an estimated contract value of $9 million over a five-year period from December 1, 2024, to November 30, 2029. The services required include comprehensive corrosion control and painting for government vehicles, ensuring compliance with environmental regulations and maintaining high-quality standards. Interested contractors must submit their proposals by October 16, 2024, and are encouraged to attend a pre-proposal conference on October 9, 2024, for further details. For inquiries, potential offerors can contact Tina Cox at Tina.Cox.4@spaceforce.mil or William Bumpass at william.bumpass.1@spaceforce.mil.
    Substation Maintenance Services Vandenberg Space Force Base
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for Substation Maintenance Services at Vandenberg Space Force Base in California. This procurement aims to secure comprehensive maintenance services for nine substations and one meter yard, ensuring operational continuity and compliance with federal regulations during both routine operations and emergencies. The contract, set aside for small businesses under NAICS code 237130, has a total funding amount of $45 million and requires proposals to be submitted by October 31, 2024, with a pre-proposal conference scheduled for October 15, 2024. Interested parties should contact Jessica Rowe at jessica.rowe.5@spaceforce.mil or William Bumpass at william.bumpass.1@spaceforce.mil for further details.
    NMCC Facility Maintenance Services
    Active
    Dept Of Defense
    The Department of Defense, through the Air Force District of Washington, is soliciting proposals for facility maintenance services at the National Military Command Center (NMCC) in Washington, D.C. The procurement aims to ensure operational readiness and compliance with federal standards for facility systems, requiring contractors to provide comprehensive maintenance, project management, and emergency response capabilities for critical infrastructure. This contract, valued at approximately $47 million over multiple years, is set aside for small businesses, specifically targeting Women-Owned Small Businesses (WOSB), and includes a base year with four optional years. Interested parties must submit their proposals by October 17, 2024, and can direct inquiries to Mr. David Warner at david.warner.27@us.af.mil or Ryan Amos at ryan.amos.5.ctr@us.af.mil.
    LAFB UAS Netting Design and Prototype
    Active
    Dept Of Defense
    The Department of Defense, through the 633d Contracting Squadron at Langley Air Force Base in Virginia, is seeking small business sources for the design and installation of Unmanned Aerial Services (UAS) netting for metal sunshades. The primary objective is to deter unauthorized drone intrusions near airmen and aircraft, starting with a prototype installation on one sunshade, which may lead to further installations on all forty-two sunshades on the East Ramp. This initiative is crucial for enhancing security and operational readiness at military installations. Interested parties must submit a capabilities package by 1200 hours EST on October 10, 2024, to the designated contacts, Matthew Gregg and Kenesha Y. Hargrave, with the design submission deadline set for October 30, 2024, and prototype installation completion by November 30, 2024.