Portland District, Willamette Valley Project, Fire Extinguisher Maintenance - New Base + 4 years
ID: W9127N25QA27Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW071 ENDIST PORTLANDPORTLAND, OR, 97204-3495, USA

NAICS

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

PSC

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

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Apr 4, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 8, 2025, 12:00 AM UTC
  3. 3
    Due May 6, 2025, 9:00 PM UTC
Description

The Department of Defense, through the U.S. Army Corps of Engineers, is seeking a contractor for fire extinguisher maintenance services as part of the Willamette Valley Project in Lowell, Oregon. The contract entails annual inspections and servicing of fire extinguishers and emergency equipment, ensuring compliance with National Fire Protection Association standards and local regulations. This maintenance is crucial for ensuring the safety and operability of fire suppression systems across various government facilities. The total contract value is estimated at $12,500,000, with a performance period from September 1, 2025, to August 31, 2026. Interested parties should direct inquiries to Raymie Briddell at raymie.l.briddell@usace.army.mil, with questions due by April 18, 2025.

Point(s) of Contact
Files
Title
Posted
Apr 8, 2025, 4:05 PM UTC
The document outlines a solicitation for a contract involving fire extinguisher maintenance services for multiple dam sites managed by the Army Corps of Engineers in the Portland District. The main objective is to ensure the safety and operability of fire extinguishers through annual inspections and maintenance, adhering to the National Fire Protection Association (NFPA) standards. The total award amount for this contract is specified as USD 12,500,000, with a requirement to provide completed service records electronically to the government. The structured request includes solicitation details, contact information for inquiries, item schedules for various dam sites, and clear instructions for proposal submissions. The performance period is from September 1, 2025, to August 31, 2026, including the requirement for the contractor to deliver services as specified without transportation costs to the government. The document also emphasizes the importance of compliance with regulations and a structured approach to inspection and acceptance procedures. This solicitation reflects federal efforts to engage women-owned small businesses in government contracting opportunities, contributing to broader goals of fostering diversity and equity in public procurement.
Apr 8, 2025, 4:05 PM UTC
The document outlines the processes and guidelines related to federal Request for Proposals (RFPs), federal grants, and state/local RFPs. It emphasizes the need for clarity and adherence to standards in preparing proposals and handling grants. Key topics include eligibility criteria, submission timelines, evaluation metrics, and the importance of compliance with relevant regulations. The document provides detailed procedures for applicants, highlighting the significance of demonstrating organizational qualifications, project feasibility, and the capacity to execute proposed plans. Additionally, it underscores the necessity of including a budget overview and addressing community or stakeholder engagement in proposals. The emphasis is placed on maintaining transparency, accountability, and rigorous reporting as conditions for receiving funds. Through this framework, the document seeks to ensure that funded projects align with government objectives and community needs, emphasizing the critical role of effective project management and alignment with policy priorities in grant applications. Overall, this document serves as a comprehensive guide for potential applicants, ensuring they understand the various requirements and processes necessary to secure federal or state funding through RFPs and grants.
Apr 8, 2025, 4:05 PM UTC
The document pertains to federal and state/local requests for proposals (RFPs) and grants, emphasizing the procedural and compliance aspects essential for funding projects. It outlines critical components of RFPs, including the importance of meeting regulatory requirements, maintaining transparency, and ensuring accountability in project execution. The document highlights the need for detailed project descriptions, budgetary frameworks, and timelines, which are crucial for evaluation by funding agencies. It underscores the significance of stakeholder engagement and public input in the proposal process, fostering community involvement and alignment with local priorities. The content serves as guidance for entities seeking government support, laying out the expectations and responsibilities necessary to navigate the competitive funding landscape effectively. This summary encapsulates the essence of government RFPs and grants as pivotal mechanisms for driving public projects and initiatives.
Apr 8, 2025, 4:05 PM UTC
The document primarily discusses federal and state RFPs (Requests for Proposals) and grants, emphasizing the intricate processes involved in securing governmental funding and project approval. Key aspects include eligibility criteria, timelines for submission, evaluation metrics, and compliance with regulatory standards. The document outlines the necessary qualifications for applicants, including technical expertise, administrative capabilities, and financial management skills. The structure highlights segments pertinent to various stakeholders, detailing collaboration requirements among agencies, the necessity for transparency, and the importance of fiscal accountability. Additionally, it addresses strategic planning and adherence to local and federal regulations, advocating for thorough documentation and methodology in proposal design and execution. Overall, this transformative outline underscores the government's intent to streamline project applications while ensuring that awarded grants align with broader policy objectives and community needs.
Apr 8, 2025, 4:05 PM UTC
The document appears to lack discernible content owing to corruption or encoding issues, rendering it unreadable and devoid of meaningful text. Consequently, it is impossible to extract the main topic, key ideas, or any supporting details typically associated with government RFPs, federal grants, or state and local procurement processes. Without any legible information, analysis or summarization regarding the intent or purpose of the file is unattainable. The integrity of the data must be restored or a clear version of the document provided to facilitate accurate interpretation and summarization.
The document outlines a Performance Work Statement (PWS) for Fire Extinguisher Services in the Willamette Valley and Rogue River Basin Projects in Oregon, specifying the responsibilities of the contractor in providing annual servicing for fire extinguishers and emergency equipment. It establishes a Firm-Fixed Price contract with a base year plus four option years, detailing service frequency, inventory documentation, and compliance with National Fire Protection Association standards. Key duties include annual inspections, maintenance of records, and providing service reports to the Government, specifically coordinated through a Contracting Officer's Representative (COR). The document emphasizes the necessity for contractors to adhere to security procedures, including personnel access restrictions and training, and endorses the involvement of U.S. veterans in fulfilling contract roles. Additionally, it provides a framework for performance evaluation, including a Performance Requirements Summary (PRS) to ensure quality assurance and accountability in service delivery. The PWS serves to ensure compliance with federal regulations and the effective operations of government facilities, highlighting the critical nature of fire safety services in safeguarding government properties and personnel.
The document outlines the asset inventory and maintenance schedules for fire extinguishers across various dams and facilities managed by a government entity, with specific emphasis on the types, brands, and sizes of extinguishers in use. It details the total counts of different extinguishers, including CO2, ABC, Halotron, and Water types, across sites such as Detroit, Big Cliff, Foster, and more. Each entry includes pertinent information like serial numbers, manufacturing dates, service dates, and specifications regarding the maintenance frequency for each asset. The file indicates updates for specific documents, showing a commitment to ongoing safety and compliance with regulatory standards regarding fire safety equipment. This record serves to ensure that all facilities are equipped with properly maintained fire suppression systems, prioritizing public safety and adherence to established guidelines. The structured data reinforces accountability in maintaining the safety infrastructure across various jurisdictional boundaries, reflecting proactive governance and planning in fire safety management for government-operated facilities.
The Quality Assurance Surveillance Plan (QASP) for the Willamette Valley and Rogue River Basin Project outlines the procedures for evaluating contractor performance in fire extinguisher maintenance services for FY25. The U.S. Corps of Engineers – Portland District developed this plan to ensure contractors meet established performance standards as specified in the Performance Work Summary (PWS). The government will only compensate for services meeting these standards, as outlined in the Performance Requirements Summary (PRS). Key performance objectives include compliance with NFPA-10 and minimal discrepancies during inspections conducted by the Contracting Officer's Representative (COR). The contractor bears responsibility for quality control, while the government's role centers on quality assurance through surveillance of services provided. Documenting performance is crucial; the COR will inform the contractor of any deficiencies in writing and may issue a Contract Discrepancy Report (CDR) when necessary, dictating the required corrective actions. The QASP ensures accountability and quality in service delivery, directly aligning with government protocols for RFPs and contracts within federal, state, and local frameworks, thereby guaranteeing taxpayer value from contracted services.
Lifecycle
Title
Type
Similar Opportunities
Willamette Valley Project Terrestrial Weed Treatment
Buyer not available
The Department of Defense, through the United States Army Corps of Engineers (USACE), is soliciting bids for the Willamette Valley Project Terrestrial Weed Treatment in Cottage Grove, Oregon. The project aims to control invasive plant species across approximately 234.2 acres of public land, utilizing both spot and broadcast herbicide application methods to protect endangered species and native ecosystems. This initiative is crucial for maintaining environmental integrity and compliance with federal policies regarding invasive species management. Interested contractors should submit their quotes to Raymie Briddell and Darrell Hutchens via email, with a total contract value of $22 million and a performance period commencing on June 1, 2025.
BCLH Stewardship IRSC Phase 2
Buyer not available
The U.S. Department of Agriculture, Forest Service, is seeking contractors for the BCLH Stewardship IRSC Phase 2 project, aimed at mitigating hazardous fuel risks along access routes affected by the 2020 wildfires in Oregon. The project encompasses approximately 1,152 acres within the Willamette National Forest and involves cutting and removing fire-killed timber, felling hazard trees, and performing essential road maintenance and reconstruction to restore access to burned areas. This initiative is critical for enhancing public safety and forest management, with a total estimated contract value for mandatory work ranging between $5 million and $10 million, and optional work estimated at $500,000 to $1 million. Interested contractors should contact Karen Ruklic at karen.ruklic@usda.gov or 208-702-3519 for further details, with the solicitation anticipated to be issued around February 21, 2025, and contract awards planned for approximately April 25, 2025.
Lock & Dam 5A AFFF Extinguisher Cleanout
Buyer not available
The Department of Defense, specifically the U.S. Army Corps of Engineers, is seeking contractors for the cleanout of a Film Forming Fluoroprotein (FFFP) extinguisher cart located at Lock and Dam 5A in Fountain City, Wisconsin. The contractor will be responsible for disabling and emptying the extinguisher, disposing of its contents, cleaning the vessel, and providing documentation of the disposal process. This service is crucial for maintaining safety and compliance with fire protection standards, as the extinguisher is a government-owned asset that must remain in custody after the work is completed. The total contract value is estimated at $16,500,000, with a completion deadline set for June 30, 2025. Interested parties should contact Karl Just at karl.p.just@usace.army.mil or 651-290-5768 for further details.
VA Portland Fire Alarm Troubleshooting and Programming
Buyer not available
The Department of Veterans Affairs is seeking contractors for the VA Portland Fire Alarm Troubleshooting and Programming project, which involves ensuring the proper functioning of the fire alarm system at the VA Portland Health Care System. The contract, valued at approximately $25 million, requires certified technicians to perform troubleshooting, repairs, and programming of fire alarm components in Building 100, with a performance period from May 1, 2025, to June 30, 2025. This initiative is crucial for maintaining safety standards within a healthcare environment, reflecting the VA's commitment to enhancing life safety systems in its facilities. Interested contractors must submit their proposals by April 22, 2025, and can direct inquiries to Danielle Carrico at danielle.carrico@va.gov.
BCLH Stewardship IRSC Phase 1
Buyer not available
The U.S. Department of Agriculture, Forest Service, is seeking contractors for the BCLH Stewardship IRSC Phase 1 project, aimed at hazardous fuel reduction and road maintenance in areas affected by the 2020 Beachie Creek and Lionshead fires in Marion County, Oregon. The project encompasses mandatory and optional work activities, including the removal of fire-killed timber, hazard tree felling, small fuels treatment, and road reconstruction, with the goal of restoring access and safety in the region. This initiative is critical for effective forest management and rehabilitation following significant wildfire impacts, ensuring compliance with federal regulations and promoting ecological safety. Interested contractors should contact Karen Ruklic at karen.ruklic@usda.gov or 208-702-3519 for further details, with an anticipated budget of $5 million to $10 million for mandatory activities and $500,000 to $1 million for optional tasks, and a solicitation issuance expected around January 15, 2025.
Lower Columbia River Armed Security Services, Amend 0001
Buyer not available
The Department of Defense, specifically the U.S. Army Corps of Engineers, Portland District, is seeking proposals for armed security services at the Lower Columbia River dams, including Bonneville, The Dalles, and John Day. The procurement aims to ensure continuous security operations, including roving patrols, building security, and emergency responses, with a contract performance period beginning approximately July 1, 2025. This opportunity is particularly significant as it supports the protection of critical infrastructure, emphasizing compliance with federal, state, and local regulations. Interested Service-Disabled Veteran-Owned Small Businesses (SDVOSB) must submit their proposals electronically by April 22, 2025, and can direct inquiries to Nathean Stoner at nathean.w.stoner@usace.army.mil or Suzanne Hunt at suzanne.w.hunt@usace.army.mil, with a total contract value estimated at $29 million.
Fire extinguishers facility and vehicle
Buyer not available
The Department of Defense, specifically the Department of the Army, is seeking proposals for the procurement of fire extinguishers intended for emergency response facilities and vehicles. This contract, categorized under the NAICS code 339999 for All Other Miscellaneous Manufacturing, aims to ensure that emergency response teams are equipped with the necessary firefighting equipment to effectively manage fire-related incidents. The procurement is particularly significant as it supports the safety and operational readiness of emergency response units. Interested small businesses are encouraged to submit their proposals by April 15, 2024, and can direct inquiries to Jose Arriola at jose.a.arriola.civ@army.mil or Joy Davis at joy.l.davis18.civ@army.mil for further information.
Fire Extinguisher Maintenance Services
Buyer not available
The Department of Defense, specifically the Department of the Navy, is soliciting proposals for fire extinguisher maintenance services at Marine Corps Air Station New River, North Carolina. The contractor will be responsible for the maintenance, repair, and recharge of 140 Halotron flightline fire extinguishers, ensuring compliance with established standards, including six-year maintenance and twelve-year hydrostatic testing. This procurement underscores the importance of maintaining critical fire safety equipment to ensure operational safety. Interested contractors must submit their bids by April 21, 2025, and can direct inquiries to Monica R. Thomas at monica.r.thomas.civ@usmc.mil or Michael Dobbins at michael.dobbins@usmc.mil for further information.
Northwest Division Powerhouse Life Safety Upgrades Phase 1
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers Walla Walla District, is seeking interested contractors for the "Northwest Division Powerhouse Life Safety Upgrades Phase 1" project. This opportunity involves a Construction Indefinite Delivery, Indefinite Quantity (IDIQ) Multiple-Award Task Order Contract (MATOC) aimed at renovating and upgrading life-safety systems at hydroelectric powerhouses across various locations in the Pacific Northwest, including Washington, Oregon, and Idaho. The total procurement value is anticipated to be $99 million, with the intent to award up to four contracts, each featuring a three-year base period and two optional two-year extensions. Interested firms must submit their responses by April 25, 2025, to Chandra D. Crow at chandra.d.crow@usace.army.mil, including a capability statement and relevant project experience.
Repair Fire Suppression Systems, Hangars 3 and 4 on McChord Field, Joint Base Lewis-McChord (JBLM), WA.
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers (USACE), is seeking contractors for a construction project to repair fire suppression systems in Hangars 3 and 4 at McChord Field, Joint Base Lewis-McChord (JBLM), Washington. The project involves replacing the existing high expansion foam system with an automatic sprinkler system, upgrading fire alarm systems, and addressing asbestos remediation, along with repairs to the Fire Pump House and waterlines. This initiative is crucial for maintaining safety and operational standards at military facilities, with an estimated project cost between $10 million and $25 million. Interested firms must submit a capabilities package by April 25, 2025, and should contact Christopher Baroldy at christopher.l.baroldy@usace.army.mil for further information.