Sources Sought Fire Extinguisher Maintenance Services
ID: MMLR045716468Type: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYCOMMANDING GENERALCAMP LEJEUNE, NC, 28542-0004, USA

NAICS

Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance (811310)

PSC

MAINT/REPAIR/REBUILD OF EQUIP- FIRE FIGHTING/RESCUE/SAFETY EQUIP; ENVIRON PROTECT EQUIP/MATLS (J042)
Timeline
    Description

    The Department of Defense, specifically the Marine Corps Installations East at Marine Corps Air Station (MCAS) New River, is seeking potential sources for fire extinguisher maintenance services. The procurement involves on-base maintenance, including six-year inspections and twelve-year hydrostatic testing of Halotron 150lb fire extinguishers, which must comply with manufacturer specifications and relevant standards such as NFPA 10. This initiative is crucial for ensuring the operational readiness and safety of firefighting equipment within military operations. Interested vendors must submit their capabilities and relevant information to Nathan Mitchaner at nathan.d.mitchaner.civ@usmc.mil by March 28, 2025, at 4:00 PM Eastern, as this notice is for market research purposes only and does not constitute a solicitation for proposals.

    Point(s) of Contact
    Files
    Title
    Posted
    The Performance Work Statement outlines the maintenance, repair, and recharge of 140 portable flightline fire extinguishers at Marine Corps Air Station New River, North Carolina. The contractor is required to perform six-year maintenance and twelve-year hydrostatic testing complying with manufacturer specifications and relevant standards, including NFPA 10. All services must occur on-site without removing equipment from the base, with the contractor responsible for tools, supervision, and disposal of hazardous materials. The document establishes that contractors must certify personnel and use a mobile facility for service. Upon completion, a detailed final report must be submitted to the Contracting Officer’s Representative (COR) within five business days, documenting repairs and testing outcomes. The work must follow contract-defined limits on quantities and costs, with any deviations requiring prior approval. Lastly, clear communication and access protocols are outlined for contractors needing to enter the base, emphasizing compliance with security measures. This PWS exemplifies a federal contracting requirement for improving safety equipment maintenance in military operations, ensuring readiness through mandated inspections and compliance with established regulations.
    Lifecycle
    Title
    Type
    Similar Opportunities
    FIRE EXSTINGISHER
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Land Warren, is seeking suppliers for fire extinguishers as part of a presolicitation opportunity. The procurement aims to acquire fire fighting equipment classified under the NAICS code 339999, which encompasses all other miscellaneous manufacturing. Fire extinguishers are critical for ensuring safety and compliance in various operational environments, particularly within military and defense settings. Interested vendors can reach out to Marcille Nordstog at marcille.nordstog@dla.mil or by phone at 586-467-1219, or Jeffrey J. Mahlmeister at jeffrey.mahlmeister@dla.mil or 586-467-1158 for further details.
    42--EXTINGUISHER,FIRE
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is seeking to procure fire extinguishers under the presolicitation notice titled "42--EXTINGUISHER, FIRE." This procurement aims to acquire essential fire fighting equipment, which plays a critical role in ensuring safety and emergency preparedness within naval operations. Interested vendors can reach out to Jessica P. Laychock at (215) 697-3992 or via email at JESSICA.LAYCHOCK@NAVY.MIL for further details regarding the opportunity. Additional information regarding deadlines and funding amounts will be provided in subsequent announcements.
    Fire Extinguisher
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Land Warren, is seeking proposals for the procurement of fire extinguishers, specifically under solicitation number SPRDL1-24-R-0129. The requirement includes a base quantity of 281 units, with an option for an additional 281 units to be exercised within 365 days after the award, emphasizing the need for firm fixed pricing and delivery within 260 days. These fire extinguishers are critical for safety and emergency response within military operations, and the procurement is classified as a sole source requirement from Kidde Technologies, necessitating compliance with specific quality and export control standards. Interested vendors must contact Sabrina Krafft at sabrina.krafft@dla.mil or call 586-467-1177 for further details and to submit capability statements, as well as to ensure compliance with the Joint Certification Program for access to technical data.
    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.
    Fire Extinguisher Inspection Service
    Buyer not available
    The Department of the Interior, through the National Park Service, is seeking proposals for Fire Extinguisher Inspection Services at Mount Rushmore National Monument. The procurement involves providing comprehensive inspection, testing, and certification services for various types of fire extinguishers, ensuring compliance with safety standards and regulations. This initiative is critical for maintaining fire safety and operational readiness at the monument, with a total contract ceiling of $45,000 over five annual ordering periods from April 2025 to April 2030. Interested small businesses must submit their quotes by April 4, 2025, and direct any inquiries to Jarrod Brown at jarrodbrown@nps.gov or by phone at 330-468-2500, with questions accepted until March 25, 2025.
    Annual Mobile Fire Emergency Inspection IAW NFPA 1910
    Buyer not available
    The Department of Defense, specifically the Mission and Installation Contracting Command (MICC) at Fort Leonard Wood, Missouri, is seeking qualified contractors to provide annual mobile fire emergency inspections in accordance with NFPA 1910 standards. The procurement aims to identify parties capable of conducting comprehensive inspections of emergency vehicles, including fire engines and aerial devices, ensuring their operational readiness and compliance with safety regulations. This opportunity is critical for maintaining the reliability of fire service equipment, which is essential for public safety and effective emergency response. Interested parties must submit a capabilities statement by 2 PM CST on March 31, 2025, to Elizabeth Reyes at elizabeth.e.reyes2.civ@army.mil, with the potential for a contract valued under a blanket purchase agreement for a base year and four option years.
    Notice of Intent for Fort Sill, OK Fire Extinguisher BPA
    Buyer not available
    The Department of Defense, through the Mission and Installation Contracting Command (MICC) at Fort Sill, Oklahoma, is seeking qualified small businesses to establish a Blanket Purchase Agreement (BPA) for fire extinguisher maintenance, inspection, and service. The BPA will support Brigades and Major Army Commands (MACOM) on Fort Sill, with the government planning to award contracts to a maximum of three vendors to provide these essential services on a monthly and yearly basis. The services include thorough inspections and maintenance of fire extinguishers to ensure their effective and safe operation, with specific requirements for annual, six-year, and twelve-year inspections. Interested contractors must be registered in the System for Award Management (SAM) prior to award, and the solicitation package will be available on www.sam.gov around April 15, 2025. For further inquiries, potential offerors can contact Sommer Roach at sommer.p.roach.civ@army.mil or Brandi O'Daniel at brandi.l.odaniel.civ@army.mil.
    42--EXTINGUISHER,FIRE
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Troop Support, is seeking quotes for the procurement of fire extinguishers, specifically NSN 4210015194385, under a total small business set-aside. The requirement includes a quantity of 500 units to be delivered to DLA Distribution San Joaquin within 619 days after order, along with an additional unit to be delivered within 90 days after order. Fire extinguishers are critical for ensuring safety and compliance in various operational environments, making this procurement essential for military readiness. Interested vendors must submit their quotes electronically, and any inquiries should be directed to the buyer via email at DibbsBSM@dla.mil.
    CO2 Fire Suppression System Inspection Service and Hydrostatic Testing
    Buyer not available
    The Department of Defense, specifically the Air Force Sustainment Center, is seeking contractors to provide CO2 Fire Suppression System Inspection Services and Hydrostatic Testing at Tinker Air Force Base in Oklahoma. The procurement involves conducting annual and semi-annual inspections, hydrostatic testing, and ensuring compliance with safety and operational standards for fire suppression systems. This opportunity is critical for maintaining operational safety and regulatory compliance within government facilities, emphasizing the importance of effective fire safety measures. Interested vendors must attend a mandatory site visit on February 21, 2025, with quotes due by March 7, 2025, and can contact Margaret King at margaret.king.1@us.af.mil or Jaqueline Hughes at jaqueline.hughes@us.af.mil for further information.
    42--EXTINGUISHER,FIRE
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Troop Support), is seeking proposals for the procurement of fire extinguishers under a total small business set-aside solicitation. The primary objective is to acquire fire safety equipment, specifically categorized under the NAICS code 331221 for Rolled Steel Shape Manufacturing and PSC code 42 for Fire/Rescue/Safety; Enviro Protect. These fire extinguishers are critical for ensuring safety and compliance within military operations and facilities. Interested vendors should direct any inquiries to the buyer listed in the solicitation document via email at DibbsBSM@dla.mil, and further details can be accessed through the DLA's solicitation portal.