UPGRADE FWA AFS KITCHEN FIRE SUPPRESSION
ID: 140L0225Q0006Type: Solicitation
AwardedMay 1, 2025
$24.7K$24,742
AwardeeARCTIC FIRE INC 702 30TH AVE Fairbanks AK 99701 USA
Award #:140L0225P0017
Overview

Buyer

INTERIOR, DEPARTMENT OF THEBUREAU OF LAND MANAGEMENTALASKA FIRE SERVICEFORT WAINWRIGHT, AK, 99703, USA

NAICS

Other Metal Valve and Pipe Fitting Manufacturing (332919)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- FIRE CONTROL EQUIPMENT (J012)

Set Aside

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

    The Department of the Interior, specifically the Bureau of Land Management's Alaska Fire Service, is soliciting proposals for the upgrade of the kitchen fire suppression system at Fort Wainwright, Alaska. This project aims to enhance safety by installing a modern wet chemical extinguishing system in compliance with UL-300, NFPA 17A, and NFPA 96 standards, necessitated by the transition to vegetable oils in food preparation. The procurement emphasizes the importance of effective fire safety measures in public cooking facilities, with proposals due by April 30, 2025, at 4:00 PM Alaska Daylight Time. Interested contractors must ensure compliance with federal acquisition regulations and are encouraged to contact Michael Stewart at mlstewart@blm.gov or 907-356-5774 for further details.

    Point(s) of Contact
    Stewart, Michael
    (907) 356-5774
    (435) 743-3136
    mlstewart@blm.gov
    Files
    Title
    Posted
    The document outlines a comprehensive list of parts and supplies, primarily related to Ansul restaurant fire suppression systems and associated hardware. It specifies quantities for various items, including nozzles, tanks, detector systems, conduits, and fittings, indicating a focus on the outfitting and maintenance of commercial kitchen fire safety equipment. Specifically, quantities range from one to over sixty for different types of nozzles, tanks, and hardware components. The inclusion of items like fusible links, wiring, and hardware further emphasizes the need for complete safety solutions in restaurant environments. This inventory likely supports procurement efforts as part of a governmental initiative under federal or local grant programs aimed at improving fire safety standards. Overall, it underscored the importance of having the necessary equipment and supplies to enhance restaurant safety protocols amidst regulatory compliance.
    The document is a Request for Quotation (RFQ) for the upgrade of the kitchen fire suppression system at Fort Wainwright, Alaska, specifically for the Bureau of Land Management Alaska Fire Service (BLM-AK). The solicitation number is 140L0225Q0006, and proposals are due by April 30, 2025, at 4:00 PM Alaska Daylight Time. The major requirements include the supply of fire-fighting equipment, specifically fans, air circulators, and blower equipment, along with installation services for this equipment. The contract will be awarded to the lowest-priced, technically acceptable offeror, and all proposals must comply with specific clauses outlined in the solicitation, including registration in the System for Award Management (SAM). The document emphasizes the federal acquisition regulations (FAR) that govern the procurement process, detailing various clauses concerning contractor obligations and evaluation criteria. The requirement for a site visit to assess the specifications further underscores the importance of accurate proposals. This solicitation illustrates the commitment of the federal government to enhance safety systems through careful planning and adherence to regulatory standards while engaging small business concerns where applicable.
    The document outlines a Statement of Work for upgrading the fire suppression system in Building 1513, specifically the Smokejumpers Kitchen, to comply with UL-300, NFPA 17A, and NFPA 96 standards. The upgrade is necessitated by the shift to vegetable oils in food preparation, rendering older fire suppression systems ineffective. The contractor is responsible for ensuring technical accuracy and quality of work, including the installation of a wet chemical extinguishing system, nozzles over cooking appliances, a manual pull station, an automatic fire detection system, and automatic fuel shut-offs. The work will be conducted under the oversight of a Contracting Officer, with site inspections recommended for proper understanding of conditions. The project requires quality materials and workmanship backed by a warranty. Upon completion, the upgraded system must be fully functional, compliant with applicable codes, and capable of quickly extinguishing fires. This initiative reflects the government's commitment to ensuring safety standards in public cooking facilities via structured RFP processes.
    Lifecycle
    Similar Opportunities
    Y--AK SAIC ANCHORAGE HYDRATION STATION
    Interior, Department Of The
    The Department of the Interior, through the U.S. Fish and Wildlife Service, is soliciting proposals for the installation of a hydration station at the Service Office of Law Enforcement in Anchorage, Alaska. The project requires the contractor to provide all necessary labor, materials, tools, and equipment to complete the installation, ensuring compliance with local building codes and federal regulations, with a construction magnitude of less than $25,000. This installation is crucial for enhancing operational efficiency and ensuring access to hydration for personnel at the facility. Interested small businesses must acknowledge receipt of amendments and submit proposals by the specified deadlines, with the completion date for the project set for January 23, 2026. For further inquiries, contact Tiffannie Pannell at tiffanniepannell@fws.gov or by phone at 505-248-6792.
    FTW501 UNACCOMPANIED ENLISTED PERSONNEL HOUSING (PN 64018 BARRACKS) FORT WAINWRIGHT, ALASKA
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, is seeking proposals for the design and construction of unaccompanied enlisted personnel housing at Fort Wainwright, Alaska. This project involves the construction of a barracks to accommodate 320 soldiers, including essential facilities such as living quarters, bathrooms, laundry rooms, and security systems, with an estimated contract value between $150 million and $250 million. The procurement will follow a two-phase source selection process, with evaluations based on factors such as past performance, technical approach, and price, and is scheduled for completion within 880 calendar days from the notice to proceed. Interested contractors must register in the System for Award Management (SAM) and can obtain solicitation documents starting December 29, 2025, by searching for Solicitation Number W911KB26RA004.
    Fire Alarm System Replacement, Mountain Home AFB
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for design-build services to replace the outdated fire alarm system at the Sagebrush Inn, Building 2320, located at Mountain Home Air Force Base in Idaho. The project requires the installation of a new addressable fire alarm system, including a comprehensive design, hazardous material surveys, and construction services, all in compliance with Unified Facility Criteria and relevant safety codes. This upgrade is critical to ensure the safety of the facility, which currently violates fire code requirements due to the lack of available replacement parts for the existing system. Interested contractors must submit their proposals by January 20, 2026, and can direct inquiries to primary contacts Cameron Smith and Taylor Inman via the provided email addresses. The estimated contract value ranges from $1 million to $5 million, with a performance period of 407 calendar days following the notice to proceed.
    FTG267 R and C 80KVA UPS Replacement
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for the replacement of two 80 KVA Uninterruptable Power Systems (UPSs) with two distributed redundant 75 KVA UPSs at the Readiness and Control building on the Missile Defense Complex located at Fort Greely, Alaska. This project is critical for ensuring reliable power supply and operational readiness within the facility. The solicitation is set aside for small businesses, and interested parties must acknowledge receipt of the amendment to the original solicitation to ensure their proposals are considered. For further details, including the solicitation and amendments, interested vendors should contact Brittney Morrison at brittney.morrison@usace.army.mil or Michelle Nelsen at michelle.nelsen@usace.army.mil, with the proposal due date remaining unchanged as per the latest amendment issued on December 12, 2025.
    Evaluate Fire Suppression Bldg. 126 at the Watervliet Arsenal, Watervliet , NY
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting proposals from qualified contractors to evaluate and modify the fire suppression system in Building 126 at the Watervliet Arsenal in New York. The project, valued at $19,500,000, involves the removal of existing shelving units, updating the fire suppression system to meet current codes, and providing stamped engineered drawings. This procurement is critical for ensuring the safety and compliance of the facility's fire suppression capabilities. Interested small businesses, particularly Women-Owned Small Businesses (WOSB), must submit their proposals electronically and adhere to various federal regulations, with the period of performance set from January 1, 2026, to March 31, 2026. A mandatory site visit is scheduled for December 17, 2025, and interested parties should contact Christopher Battiste at christopher.k.battiste.civ@army.mil for access arrangements.
    Hot Food Delivery Service for Wildland Fire Response (RFI)
    Agriculture, Department Of
    The Department of Agriculture, specifically the Forest Service, is seeking qualified vendors for a Hot Food Delivery Service to support wildland fire response efforts. This Request for Information (RFI) aims to gather insights on the capabilities of potential contractors to provide hot food transportation services, including necessary staffing, equipment, and pricing estimates. The service is critical for ensuring that personnel engaged in fire suppression and related activities receive adequate meals during operations in remote locations. Interested vendors must respond to the RFI by February 17, 2026, and can direct inquiries to primary contact Donald Keever at Donald.Keever@USDA.gov or secondary contact Jarrod Simontacchi at jarrod.simontacchi@USDA.gov. This opportunity is set aside for small businesses under the SBA guidelines.
    J&A-Base Operations Support Services Bridge Contract
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking contractors to provide Base Operations Support Services for Fort Wainwright and its subordinate locations in Alaska. The procurement aims to fulfill a requirement under unusual and compelling urgency, as justified in accordance with FAR 6.302, which necessitates the services to be provided without full and open competition. These services are critical for maintaining operational readiness and supporting the daily functions of military installations. Interested parties can reach out to Elisse Teachey at elisse.s.teachey.civ@army.mil or by phone at 808-787-5588, or Keely Pool at keely.k.pool.civ@army.mil or 808-787-8807 for further details.
    FTG247 Replace UPS at IDT1, Fort Greely, Alaska
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking proposals from qualified small businesses for the replacement of Uninterruptable Power Systems (UPSs) at Fort Greely, Alaska. The project involves replacing existing 80KVA UPSs with distributed redundant 75KVA UPSs, along with upgrades to UPS panelboards, Emergency Power Off systems, and the extension of Power Control and Monitoring Systems. This procurement is critical for enhancing the infrastructure at a military installation, with an estimated contract value between $1 million and $5 million and a performance period of approximately 540 calendar days starting on June 13, 2025. Interested contractors must register in the System for Award Management (SAM) and submit proposals electronically via the PIEE Solicitation Module, with the solicitation expected to be available for download around March 31, 2025.
    2026 SMJ FOOD BOXES
    Interior, Department Of The
    The Bureau of Land Management (BLM), through the National Interagency Fire Center (NIFC), is seeking quotations for the procurement of food items for Smokejumper Food Kits for fiscal year 2026. The solicitation, identified as Number 140L3726Q0004, requires specific food items such as bean dip, peanut butter-filled pretzels, and toaster pastries, with all items needing to have expiration dates no earlier than September 2026 and delivery by April 1, 2026. This acquisition is crucial for supporting the nutritional needs of smokejumpers during fire suppression operations, and it is set aside for Women-Owned Small Businesses (WOSB). Interested vendors must submit their offers via email to Casey Boyd at cmboyd@blm.gov by December 16, 2025, at 5 PM Eastern, and must be registered in SAM and WOSB certified to be eligible for consideration.
    F--BIA Exclusive Use Amphibious Single Engine Scooper
    Interior, Department Of The
    The Department of the Interior is soliciting proposals for Exclusive Use Amphibious Single Engine Scooper Flight Services to support the Bureau of Indian Affairs (BIA) in Bemidji, Minnesota. The contract requires the provision of a single-engine amphibious aircraft capable of performing fire suppression missions, with specific operational criteria including a minimum of 1600 Shaft Horsepower and a 799 US gallon tank capacity. This service is crucial for effective fire management and resource conservation in the region, with an estimated exclusive use period of 60 days annually from April 14 to June 12, spanning from 2026 to 2031. The maximum contract value is $10,000,000, and proposals are due by January 5, 2026, at 10:00 AM PST. Interested parties should contact Shay Roadruck at shayroadruck@ibc.doi.gov or call 571-513-3226 for further details.