167th AW MSA SCBA Flowtest inspections
ID: W50S8V-25-Q-A012Type: Special Notice
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW7N7 USPFO ACTIVITY WVANG 167MARTINSBURG, WV, 25405-7704, USA

NAICS

All Other Professional, Scientific, and Technical Services (541990)

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 Army, is seeking qualified contractors to provide inspection and maintenance services for fire department hoses, ground ladders, and apparatus fire pumps at a facility in Martinsburg, West Virginia. The contractor will be responsible for conducting annual performance testing in compliance with National Fire Protection Association (NFPA) standards, which includes inspecting 15,000 feet of fire hose, 17 ground ladders, and six fire pumps, with a contract duration of one base year and four optional years. This procurement is crucial for ensuring the safety and operational readiness of firefighting equipment, thereby enhancing public safety. Interested parties, particularly small businesses, should note that the total contract value is approximately $19.5 million, with proposals due by March 7, 2025. For inquiries, contact Christopher P. Broschart at christopher.broschart@us.af.mil or Ryan E. Belfield at ryan.belfield@us.af.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines the Performance Work Statement (PWS) for the National Fire Protection Association (NFPA) inspection and maintenance services required for fire hoses, ground ladders, and apparatus fire pumps. The contractor is responsible for providing all necessary resources to comply with NFPA codes mandating annual performance testing. The contract spans one base year plus four optional years, emphasizing a robust quality control program to ensure service compliance. The contractor must conduct inspections of 15,000 feet of fire hose, 17 ground ladders, and six fire pumps, adhering to specified NFPA standards, and any failing equipment must be marked out of service. The contractor is also required to submit detailed monthly reports summarizing maintenance activities. Security requirements, contract management protocols, and government-furnished property are clearly delineated, reinforcing the contractor's obligations to uphold safety and operational standards on government properties. This document serves to establish clear expectations and responsibilities within government contracts, enhancing public safety through rigorous adherence to fire safety standards.
    The government plans to issue a sole source purchase order to Witmer Public Safety Group Inc. for the provision and installation of an intrusion detection system (IDS) for a secured entryway. This action falls under the authority of FAR 13.106-1(b) and will utilize Simplified Acquisition Procedures per FAR Part 13. The relevant NAICS code is 541990. This notice serves as an announcement rather than a formal solicitation, and no quotations or offers will be accepted based on this notice. Interested parties must provide convincing evidence that competitive bids would benefit the government. If no affirmative written response is received, the government will proceed with the award without further communication. Any inquiries regarding other sources fulfilling this requirement should be directed to SMSgt Christopher Broschart via email. This process reflects the government's approach in maximizing efficiency and managing procurement in compliance with federal regulations.
    The document pertains to government Request for Proposals (RFPs) and federal funding opportunities, detailing guidelines, compliance requirements, and project specifications necessary for applicants. The main purpose is to instruct potential participants on how to navigate the complex landscape of federal grants and local/state RFPs. Key points include an emphasis on ensuring compliance with regulations, providing clear project goals, and the necessity of precise documentation throughout the proposal process. Supporting details reiterate the importance of adhering to deadlines, accurately reflecting project scopes and budgets, and effectively addressing evaluation criteria. The document underscores the competitive nature of securing funding, making it crucial for applicants to present thorough and compelling proposals. It also sheds light on mandatory qualifications and required deliverables integral to the successful execution of funded projects. This guidance is vital for organizations seeking governmental support, highlighting the commitment to transparency and efficiency within federal and local funding mechanisms. The structured information provided is aimed at enhancing understanding and compliance among potential applicants, ensuring adherence to state-specific and federal regulations throughout the project lifecycle.
    The document outlines a solicitation for a Women-Owned Small Business (WOSB) contract pertaining to the provision of fire department hose, ladder, and pump testing for the fiscal years 2025 to 2030. The total award amount is specified as $19,500,000, with various option line items for subsequent years. Key points include details such as the contract number (W50S8V25QA012), the proposal due date (March 7, 2025), and the primary contact for inquiries (Philip Henderson). The document emphasizes compliance with federal regulations, including incorporating various FAR and DFARS clauses related to contract terms, payment, and subcontracting, ensuring adherence to standards for small business participation, particularly for women-owned and economically disadvantaged groups. Performance is required at a designated government facility in Martinsburg, WV, with strict terms for inspection and acceptance. Additionally, the document highlights the necessity for contractors to follow specific steps for invoicing and payment process via the Wide Area Workflow system. Overall, this solicitation reflects the government’s focus on enhancing opportunities for small businesses in compliance with procurement standards.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Special Notice
    Similar Opportunities
    150-Pound Wheeled Fire Extinguisher Maintenance
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking proposals from qualified small businesses for the maintenance of 150-pound wheeled fire extinguishers at Butts Army Heliport in Fort Carson, Colorado. The contract, identified as W911RZ-25-Q-FE01, requires contractors to provide all necessary labor, materials, and equipment to ensure compliance with manufacturer guidelines and National Fire Protection Association (NFPA) standards, with a performance period of 60 days post-award. This maintenance is crucial for ensuring the operational readiness and safety of fire safety equipment used in military operations. Interested parties must submit their proposals electronically by March 6, 2025, and are encouraged to schedule an inspection of the fire extinguishers on March 3, 2025, at Fort Carson, with further details available from primary contact Rodney Fiori at rodney.v.fiori.civ@army.mil or 719-524-3943.
    Submersible Fire Pump Rental
    Buyer not available
    The Department of Defense, specifically the Norfolk Naval Shipyard, is seeking proposals for the rental of a trailer-mounted 10,000 Gallon Per Minute (GPM) submersible fire pump. The primary objective is to secure a contractor who will supply and maintain the fire pump for a rental period starting March 13, 2025, with options for extensions in subsequent years. This procurement is critical for ensuring reliable fire suppression capabilities at Navy installations, reflecting the government's commitment to public safety and emergency preparedness. Interested vendors must submit their proposals electronically by March 4, 2025, and can contact John E. Faircloth at john.e.faircloth2.civ@us.navy.mil or 757-396-8673 for further information.
    Fire Hoses
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking sources for the procurement of fire hoses through a Total Small Business Set-Aside opportunity. The primary objective is to manufacture rubber and plastics hoses and belting, categorized under NAICS code 326220, with a focus on hose and flexible tubing as defined by PSC code 4720. These fire hoses are critical for ensuring safety and operational readiness at Eielson Air Force Base in Alaska. Interested vendors should reach out to Camden Chan at camden.chan@us.af.mil or Robert Leto at robert.leto@us.af.mil for further details, as this opportunity is part of a broader initiative to support small businesses in government contracting.
    Fire Suppression and Fire Extinguisher Maintenance
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking qualified contractors for a fire suppression and fire extinguisher maintenance contract at the Radford Army Ammunition Plant in Virginia. The contract entails providing semi-annual preventive maintenance and emergency repair services for fire suppression systems, fire extinguishers, and alarms, ensuring compliance with federal, state, and safety regulations. This service is critical for maintaining operational readiness and safety for personnel and facilities, as well as protecting vital IT assets essential for Army operations. Interested parties should note that this is a Total Small Business Set-Aside opportunity, and they can contact Marketplace Support at marketplacesupport@unisonglobal.com or call 1-877-933-3243 for further information.
    FY25 Fire Department Propane
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the procurement of propane services for the Fairchild Air Force Base Fire Department for Fiscal Year 2025. The contract requires the delivery of approximately 11,363.6 gallons of commercial-grade propane on an as-needed basis, with a firm-fixed-price structure, emphasizing compliance with federal regulations and the necessity for timely service delivery. This procurement is crucial for supporting the training operations of the Fire Department, ensuring they have the necessary resources for effective firefighting capabilities. Interested small businesses must submit their quotes by March 7, 2025, and can direct inquiries to A1C Valerie Lawrence at valerie.lawrence@us.af.mil or 509-247-8138, with a total contract value capped at $20,000.
    Unfired Pressure Vessel (UPV) Inspections with Amendment 0001
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for Unfired Pressure Vessel (UPV) inspections at F.E. Warren Air Force Base in Wyoming. The contract, designated as FA461325Q0007, requires the inspection of 27 pressure vessels, including both internal and external assessments, ensuring compliance with federal and state regulations. This procurement is crucial for maintaining safety and operational integrity of the vessels, which are painted rather than insulated, and the total award amount is set at $11,500,000. Interested small businesses, particularly those that are women-owned or economically disadvantaged, must submit their proposals by the extended deadline, and can reach out to Rebecca Behne at rebecca.behne@us.af.mil or Andrew Graef at andrew.graef.1@us.af.mil for further information.
    Letterkenny Army Depot Hybrid, Firm-Fixed-Price (FFP) and Time-and-Materials (T&M) requirements service contract to perform maintenance, repair and software support for the Testek Hydraulic Pump, Motor and Reservoir Test Station Model 720020
    Buyer not available
    The Department of Defense, through the Letterkenny Army Depot, is soliciting proposals for a hybrid service contract to provide maintenance, repair, and software support for the Testek Hydraulic Pump, Motor, and Reservoir Test Station Model 720020. The contractor will be responsible for delivering technical assistance, repair parts, and training services, ensuring rapid response times for support and compliance with stringent safety and regulatory standards. This contract is crucial for maintaining operational efficiency and safety at the depot, with a performance period from May 1, 2025, to April 30, 2026, and options for two additional years. Interested parties must submit their proposals by March 7, 2025, and can contact David T. Serotkin at david.t.serotkin.civ@army.mil or 717-267-5372 for further information.
    CO2 Fire Suppression System Inspection Service and Hydrostatic Testing
    Buyer not available
    The Department of Defense, specifically the Air Force, is seeking contractors to provide CO2 fire suppression system inspection services and hydrostatic testing at Tinker Air Force Base in Oklahoma. The procurement includes annual and semi-annual inspections, as well as hydrostatic testing of various fire suppression systems, requiring contractors to adhere to OEM specifications and maintain comprehensive service documentation. This opportunity is critical for ensuring operational safety and compliance with federal regulations regarding fire safety equipment. Interested vendors must attend a mandatory site visit on February 21, 2025, and submit their proposals by March 7, 2025, with evaluations based on technical acceptability and pricing. For further inquiries, contact Margaret King at margaret.king.1@us.af.mil or Jaqueline Hughes at jaqueline.hughes@us.af.mil.
    Fire Fighting Gear
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking proposals for the procurement of fire fighting gear through a Combined Synopsis/Solicitation. This opportunity is set aside for small businesses and falls under the NAICS code 339113, which pertains to Surgical Appliance and Supplies Manufacturing, with a focus on fire fighting equipment classified under PSC code 4210. The fire fighting gear is essential for ensuring the safety and operational readiness of military personnel in emergency situations. Interested vendors can reach out to James Murphy at james.g.murphy.civ@army.mil or by phone at 719-366-8066, or Joy Davis at joy.l.davis18.civ@army.mil or 315-772-9900 for further details regarding the submission process and requirements.
    Preventive Maintenance and Repair of Fire Suppression/Fire Alarm, Automatic Chemical Wash Systems and Hoods, Ducts, Fans & Filter Cleaning
    Buyer not available
    The Department of Defense, specifically the Army, is soliciting proposals for the preventive maintenance and repair of fire suppression and fire alarm systems, as well as automatic chemical wash systems and related cleaning services at various military facilities in Hawaii. The procurement aims to ensure the safety and operational readiness of these critical systems through semi-annual inspections, routine maintenance, emergency service calls, and compliance with established safety standards. This initiative underscores the importance of maintaining fire suppression infrastructure to uphold safety regulations in military operations. Interested small businesses, particularly those owned by veterans and women, are encouraged to submit their proposals by March 14, 2025, with further inquiries directed to Cierra Urquhart at cierra.s.urquhart.civ@army.mil or Kimberly Feng at kimberly.m.feng.civ@army.mil.