Mobile Phone Application
ID: N0060425Q4012Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVSUP FLT LOG CTR PEARL HARBORPEARL HARBOR, HI, 96860-4549, USA

NAICS

Software Publishers (513210)

PSC

IT AND TELECOM - APPLICATION DEVELOPMENT SOFTWARE (PERPETUAL LICENSE SOFTWARE) (7A20)
Timeline
    Description

    The Department of Defense, specifically the NAVSUP Fleet Logistics Center Pearl Harbor, is seeking quotes from qualified small businesses to provide fire suppression system inspection, certification, and repair services for the Commander, Navy Region Hawaii, located at Joint Base Pearl Harbor Hickam. The procurement includes a base period from June 1, 2025, to May 31, 2026, with four additional one-year option periods, focusing on ensuring the operability and compliance of fire suppression systems across various vessels and HAZMAT containers. This contract is crucial for maintaining safety standards and operational readiness within naval operations. Interested parties must submit their quotes electronically by April 21, 2025, and direct any questions to Kesha Kishinami at kesha.m.kishinami.civ@us.navy.mil by April 16, 2025.

    Point(s) of Contact
    Telephone: 808-473-7504
    paul.j.carrara.civ@us.navy.mil
    Files
    Title
    Posted
    The Commander Navy Region Hawaii (CNRH) requires inspection and certification services for its Fire Suppression Systems on various vessels and HAZMAT containers. This non-personal services contract encompasses inspections for six tour boats, two mediums and two large workboats, the Captain's Gig, Admiral's Barge, Skimmer 2, and four HAZMAT containers, with specific expiration dates set for each vessel. The contractor must provide all necessary labor, materials, and equipment, while the government will not supervise the workforce. The contract period is from June 1, 2025, to May 31, 2030, with inspections mandated to ensure 100% operability of the fire suppression systems. Any discrepancies noted during inspections must be reported within 24 hours. The contractor will also manage reimbursable parts and emergency services to address issues requiring immediate attention, adhering to strict guidelines for approvals and reimbursements. Contractor personnel must be U.S. citizens and may require security clearance. The document outlines the responsibilities, specific equipment manuals for compliance, and the need for base access at Joint Base Pearl Harbor-Hickam. Overall, this document serves as a detailed framework for contracting fire suppression system management and safety procedures in support of naval operations.
    The document outlines annual service costs for various marine vessels and equipment within a federal government program extending through Fiscal Years (FY) 2025 to FY 2029. It lists categories such as TOURBOAT, WORKBOAT (both medium and large), CAPTAIN'S GIG, ADMIRAL'S BARGE, SKIMMER 2, and HAZMAT CONTAINERS, indicating that the costs are evaluated on an annual and semi-annual basis. Each category is accompanied by specific codes and costs, although these figures are not detailed in the provided excerpt. The focus on marine services highlights the government's ongoing investment in maritime operations and environmental safety measures, particularly concerning hazardous materials. Overall, the document serves as a framework for budgeting and procurement in governmental maritime operations, underscoring the importance of regular assessments and service planning.
    The document outlines the Offeror Representations and Certifications for Commercial Products and Services, providing the required certifications and representations to be completed by offerors in federal procurement processes. It details procedures for completion based on whether an offeror has electronically filed their annual representations in the System for Award Management (SAM). Key definitions include terms such as Economically Disadvantaged Women-Owned Small Business, Service-Disabled Veteran-Owned Small Business, and the prohibitions against contracting with entities linked to forced labor or covered telecommunications equipment. Offerors must certify their business status (e.g., small business, veteran-owned) and compliance with federal regulations, including certifications regarding taxes, lobbying, and operations in restricted countries. Additional requirements pertain to the Buy American Act and compliance with labor standards. The provision aims to ensure transparency and ethical standards in contractual engagements with the federal government, providing a comprehensive framework for evaluating contractor qualifications.
    The document pertains to various government RFPs (Requests for Proposals), federal grants, and state and local RFPs, focusing on possible funding opportunities and the associated requirements. Its main purpose is to outline guidelines for agencies and organizations seeking financial resources for prospective projects, detailing necessary qualifications, evaluation criteria, and application procedures. Key points include the importance of adhering to specified protocols when submitting proposals, such as compliance with federal regulations, project eligibility requirements, and deadlines. Additionally, the document emphasizes the necessity of showcasing the project's impact and alignment with governmental priorities, as well as providing comprehensive budgets and timelines. This document serves as a framework for enabling potential applicants to prepare their submissions effectively, improving their chances of securing necessary funding to support public service projects or community initiatives. By adhering to these guidelines, stakeholders can enhance the efficiency, transparency, and accountability of the proposal process.
    The Federal Acquisition Regulation (FAR) combined synopsis/solicitation, identified by RFQ number N0060425Q4012, seeks quotes from small businesses to provide fire suppression system inspection, certification, and repair services for the Commander, Navy Region Hawaii, on Joint Base Pearl Harbor Hickam. The contract includes a base period from June 1, 2025, to May 31, 2026, with four one-year option periods. Key deliverables include annual inspections and certifications, along with reimbursable costs for parts and services, outlined as separate Contract Line Item Numbers (CLINs). The solicitation mandates that contractors are responsible for their compliance with applicable FAR clauses and provisions. Potential bidders must submit their quotes electronically, ensuring they are registered in the System for Award Management (SAM). The deadline for question submissions is April 16, 2025, with a closing date for proposals set for April 21, 2025, at 0800 HST. The evaluation criteria will consider price, delivery timeframe, and contractor responsibility, allowing for adjustments based on federal guidelines and public interests. This solicitation demonstrates the government's focus on engaging small businesses for essential safety-related services while adhering to regulatory compliance and procurement standards.
    Lifecycle
    Title
    Type
    Mobile Phone Application
    Currently viewing
    Solicitation
    Similar Opportunities
    Fire Suppression Systems Maintenance Services for Joint Base San Antonio Fort Sam Houston
    Buyer not available
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for Fire Suppression Systems Maintenance Services at Joint Base San Antonio Fort Sam Houston. The contractor will be responsible for the inspection, testing, maintenance, and repair of fire suppression systems across multiple facilities, ensuring compliance with manufacturer specifications and NFPA standards. This contract is critical for maintaining safety and operational readiness, with an estimated total value of $12.5 million over a five-year period, from January 2026 to December 2030. Interested small businesses must submit their proposals by December 8, 2025, and can direct inquiries to Chad Olson at chad.olson.4@us.af.mil or Emily A. Rodriguez at emily.rodriguez.8@us.af.mil.
    52000QR260001472 USCGC BAILEY BARCO FM200 AND GALLEY HOOD INSPECTION
    Buyer not available
    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.
    VENT AND DUCT WORK SERVICE
    Buyer not available
    The Department of Defense, specifically the Department of the Navy, is soliciting quotes from qualified Women-Owned Small Businesses (WOSB) for vent and duct work services, focusing on laundry and galley exhaust ventilation cleaning aboard a US Navy ship in Yokosuka, Japan. The contract, identified as N0040626Q0008, requires the contractor to inspect, cryogenically clean, and report on seven ventilation systems, with the work scheduled to be completed between December 15 and December 31, 2025, in accordance with NAVSEA standards. This service is critical for maintaining operational safety and efficiency within naval vessels, ensuring compliance with local labor laws and various federal regulations. Interested parties must submit their quotes, along with a signed solicitation form, to the primary contact, Ferbien Encomienda, at ferbien.o.encomienda.civ@us.navy.mil, by the specified deadline to be considered for this firm-fixed-price award.
    Seattle VA Portable Fire Extinguisher Maintenance Service
    Buyer not available
    The Department of Veterans Affairs is seeking a qualified contractor to provide comprehensive maintenance services for approximately 1,500 portable fire extinguishers at the VA Puget Sound Health Care System facilities located in Seattle, American Lake, and Magnolia. The procurement includes monthly, annual, and six-year inspections, as well as a 12-year hydrostatic test swap-out program, ensuring compliance with NFPA 10, TJC, OSHA, and VA directives. This contract is crucial for maintaining safety standards within the facilities, and it has a base period from January 15, 2026, to January 14, 2027, with four one-year option periods extending through January 14, 2031. Interested parties should contact Michael J Borelli at Michael.Borelli@va.gov, and note that the response deadline has been extended to December 16, 2025.
    Edwards AFB Fire Suppression Maintenance 2026
    Buyer not available
    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.
    USS CANLEY Oily Waste Removal
    Buyer not available
    The Department of Defense, through the Military Sealift Command, is seeking qualified contractors for the removal of oily waste from the USS JOHN L. CANLEY (ESB-6) at Naval Base Pearl Harbor, Hawaii. The contractor will be responsible for identifying, handling, storing, transporting, and disposing of approximately 15,000 gallons of oily waste, which consists of about 5% oil (primarily diesel fuel and engine lube oil) and 95% fresh water, with no known hazardous materials present. This procurement is set aside for small businesses, with a firm-fixed price purchase order anticipated, and quotes are due by December 8, 2025, at 10:00 AM Pacific Time. Interested parties should contact Matthew Bruce at matthew.s.bruce5.civ@us.navy.mil or Rey Estrada at amador.r.estrada.civ@us.navy.mil for further details.
    FIRE TRUCK MAINTENANCE
    Buyer not available
    The Department of Defense, specifically the Army's Mission and Installation Contracting Command at Fort Belvoir, is seeking responses from qualified small businesses for fire truck maintenance services at Joint Base Myer-Henderson Hall (JBMHH). The procurement involves providing comprehensive maintenance, including annual preventive services, warranty repairs, and technical support for various fire emergency vehicles, particularly those manufactured by Pierce Manufacturing, Inc. This contract will be structured as a Firm-Fixed Price Blanket Purchase Agreement with a base year and four option years, emphasizing the importance of adhering to federal standards and maintaining qualified personnel. Interested contractors must submit their responses by September 5, 2025, at 12:00 p.m. Eastern Time, to the primary contacts, Donald Randles and Denese Y. Henson, via email.
    Maintenance, Repair, and Preservation of YT-810
    Buyer not available
    The Department of Defense, through the Puget Sound Naval Shipyard Intermediate Maintenance Facility, is seeking qualified small businesses to provide maintenance, repair, and preservation services for the YT-810 Deception harbor tug. The contract will involve a range of tasks including vessel cleaning, hull preservation, and various repairs, with the work scheduled to take place from March 19 to June 11, 2026, in the Puget Sound, WA region. This procurement is critical for ensuring the operational readiness and longevity of the vessel, which plays a vital role in naval operations. Interested contractors must submit their quotes by December 12, 2025, and are encouraged to participate in a secondary ship check on December 2, 2025; for further inquiries, they may contact Alice Robertson or Chris Davidson via the provided email addresses.
    42--PARTS KIT,FIRE EXTI
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of a Parts Kit for Fire Extinguishers, identified by NSN 4210015541177. The requirement includes a quantity of four units to be delivered to DLA Distribution San Joaquin within 80 days after order placement. This procurement is crucial for maintaining safety and environmental protection standards within military operations. Interested vendors are encouraged to submit their quotes electronically, as hard copies of the solicitation will not be available, and all inquiries should be directed to the buyer via the provided email address, DibbsBSM@dla.mil.
    SCBA LIFE EXTENSION
    Buyer not available
    The Department of Defense, through the Norfolk Naval Shipyard, is seeking proposals from Women-Owned Small Businesses (WOSB) for the recertification of 75 MK8 life raft inflation cylinders. The contractor will be responsible for providing all necessary management, tools, supplies, equipment, and labor to conduct testing in accordance with DoT-Special Permit 16320, utilizing Modal Acoustic Emissions (MAE) technology to ensure the cylinders meet safety and operational standards. This procurement is critical for extending the service life of the life raft cylinders, which are essential for certifying ships for mission-critical assignments. Proposals are due by December 8, 2025, with the performance period anticipated from January 15, 2026, to March 15, 2026. Interested parties can contact Miracle Griffin at Miracle.m.griffin.civ@us.navy.mil or by phone at 757-396-0590 for further details.