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 22, 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 (USACE) Portland District, is seeking qualified contractors for fire extinguisher maintenance and servicing for various facilities within the Willamette Valley and Rogue River Basin Projects in Oregon. The contract requires annual inspections and servicing of fire extinguishers and emergency equipment, with contractors expected to provide a detailed inventory and maintenance schedule in compliance with National Fire Protection Association (NFPA) standards and other relevant regulations. This procurement is critical for ensuring fire safety and compliance across government facilities, with a total contract value of $12,500,000 and a performance period from September 1, 2025, to August 31, 2026. Interested parties can direct inquiries to Raymie Briddell at raymie.l.briddell@usace.army.mil or Darrell Hutchens at darrell.d.hutchens@usace.army.mil.

Point(s) of Contact
Files
Title
Posted
Apr 22, 2025, 5:09 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 22, 2025, 5:09 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 22, 2025, 5:09 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 22, 2025, 5:09 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 22, 2025, 5:09 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.
This document serves as an inventory of fire safety equipment across various dams and government facilities in Oregon, detailing the types, quantities, and maintenance status of extinguishers at locations such as Detroit, Cougar, and Big Cliff dams. Each entry includes specifications like asset name, type (ABC, CO2, Halotron), manufacturer, service date, and location details. The total count for fire extinguishers adds up to 494, broken down into specific types (412 ABC, 67 CO2, 0 Halotron). The inventory aims to ensure compliance with safety regulations and facilitate upkeep of critical assets ensuring fire safety in governmental assets. Regular service updates are indicated, highlighting the importance of timely inspections and maintenance. In the context of federal and state RFPs and grants, this comprehensive overview underlines the systematic approach to managing fire safety resources and compliance with safety standards, ultimately promoting a safer working environment in government facilities.
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.
Apr 22, 2025, 5:09 PM UTC
The document outlines the Request for Proposals (RFP) for the fire extinguisher maintenance services associated with the USACE Willamette Valley and Rogue River Basin projects. Key inquiries from potential contractors are addressed, focusing on necessary security procedures, including compliance with access control protocols for federal facilities, the use of the E-Verify Program for employment eligibility, and the scope of inspection services required. Clarifications indicate that only annual inspections are mandated, contrasting with initial perceptions of monthly requirements. It also discusses the relevance of cybersecurity measures, noting that while NIST 800-171 is a future concern, it does not apply to this contract. Additionally, certain logistical details, such as the provision of site visit options and updated addresses for service locations, are clarified. Overall, the document serves as a crucial resource for contractors looking to meet the government's standards and requirements for this maintenance project, emphasizing compliance, security, and clarity in communication.
Lifecycle
Title
Type
Similar Opportunities
Maps Uploaded
Buyer not available
The U.S. Army Corps of Engineers (USACE) is seeking contractors to provide herbicide application services for invasive plant control in Southern Lane County, Oregon, as part of the Willamette Valley Project. The contract involves managing approximately 234.2 acres across 14 parcels, focusing on the treatment of invasive species to protect native ecosystems and endangered species. This initiative is crucial for maintaining ecological balance and adhering to federal environmental regulations. Interested contractors should submit quotes to Raymie Briddell and Darrell Hutchens by April 23, 2025, with a total contract value of $22 million and services expected to commence between June 1, 2025, and May 31, 2026.
Solicitation 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 soliciting proposals for a Blanket Purchase Agreement (BPA) focused on the maintenance and inspection of fire extinguishers. This BPA aims to establish contracts with up to three vendors who will provide essential services, including monthly and yearly inspections, maintenance, and necessary repairs to ensure compliance with safety standards. The fire extinguisher services are critical for the safety and operational readiness of various units on the installation, adhering to NFPA 10 standards. Proposals are due by May 14, 2025, and interested contractors must be registered in the System for Award Management (SAM) and can direct inquiries to Sommer Roach at sommer.p.roach.civ@army.mil or Brandi O'Daniel at brandi.l.odaniel.civ@army.mil.
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 in areas affected by the 2020 wildfires in Oregon. The project encompasses approximately 1,152 acres within the Detroit Ranger District and involves cutting and removing fire-killed timber, felling hazard trees, and performing essential road maintenance and reconstruction to restore access routes. This initiative is critical for enhancing public safety and forest management, with an estimated contract value for mandatory work ranging between $5 million and $10 million, and optional work between $500,000 and $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 July 2, 2025, and contract awards planned for September 3, 2025.
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 Beachie Creek and Lionshead fires of 2020, located in Marion County, Oregon. The project involves 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 enhancing forest management practices and mitigating wildfire risks, with an estimated budget of $5 million to $10 million for mandatory activities and $500,000 to $1 million for optional tasks. Interested contractors should contact Karen Ruklic at karen.ruklic@usda.gov or 208-702-3519, and are encouraged to attend a pre-solicitation site visit on November 4, 2024, with the final solicitation expected to be issued around May 2, 2025.
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 in North Carolina. The contractor will be responsible for the maintenance, repair, and recharge of 140 Halotron flightline fire extinguishers, adhering to strict compliance standards, including six-year maintenance and twelve-year hydrostatic testing. This procurement is crucial for ensuring operational safety and functionality of fire safety equipment within military operations. Interested contractors must submit their bids by May 5, 2025, at 2:00 PM, and can direct inquiries to Monica R. Thomas at monica.r.thomas.civ@usmc.mil or Regina Hartley at regina.hartley@usmc.mil.
Annual Mobile Fire Emergency Inspection IAW NFPA 1910
Buyer not available
The Department of Defense, specifically the U.S. Army at Fort Leonard Wood, Missouri, is seeking proposals for the annual inspection of its emergency response fire trucks in accordance with NFPA 1910 standards. The contract requires comprehensive inspections of various fire truck models, including both bumper-to-bumper assessments and pump performance tests, to ensure operational readiness and compliance with safety regulations. This procurement is crucial for maintaining the reliability of emergency vehicles, which play a vital role in public safety and emergency response operations. Interested vendors, particularly women-owned small businesses, must submit their proposals by May 30, 2025, and can direct inquiries to Elizabeth Reyes at elizabeth.e.reyes2.civ@army.mil or Julie West at julie.m.west4.civ@army.mil.
H942--Battle Creek Fire Extinguisher Testing Resolicitation
Buyer not available
The Department of Veterans Affairs is soliciting proposals for fire extinguisher testing and inspection services at the Battle Creek VA Medical Center. The contractor must be NFPA 10 certified and is responsible for conducting hydrostatic and six-year inspection tests on a specified number of fire extinguishers, ensuring compliance with fire protection standards in a sensitive environment. This contract, valued at approximately $19.5 million, is set to commence on May 28, 2025, with a strict timeline for completion. Interested parties should contact Contract Specialist Courtney R Seevers at Courtney.Seevers@va.gov for further details and to ensure timely submission of quotes.
One (1) Day Fall Hazard Survey
Buyer not available
The Department of Defense, specifically the U.S. Army Corps of Engineers, is soliciting quotes for a one-day Fall Hazard Survey at the Dexter Dam in Oregon. The objective of this procurement is to conduct a comprehensive assessment of fall hazards at the dam and adjacent powerhouse structure, ensuring compliance with safety regulations and enhancing public safety. This initiative underscores the importance of risk assessments in federal infrastructure projects, particularly in maintaining operational integrity and safety standards. Interested small businesses must submit their quotes by May 11, 2024, and ensure they are registered in the System for Award Management (SAM) to be eligible for award. For further inquiries, potential offerors can contact Consuelo Kiser at consuelo.j.kiser@usace.army.mil or by phone at 785-806-7187.
Fire Extinguisher
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA) Land Warren, is soliciting bids for the procurement of fire extinguishers, specifically under solicitation number SPRDL1-24-R-0129. The contract requires the supply of 281 units of fire extinguishers, adhering to strict quality standards and technical specifications, with a delivery timeline of 260 days post-award. This procurement is crucial for maintaining operational readiness and safety within military environments. Interested vendors must register on SAM.gov to access the technical data package and submit their capability statements to the primary contact, Sabrina Krafft, at sabrina.krafft@dla.mil, by the specified deadlines.
Repair Fire Suppression
Buyer not available
The Department of Defense, specifically the Department of the Army, is seeking contractors to perform repairs on fire suppression systems at the 153d Airlift Wing located in Cheyenne, Wyoming. The project involves a comprehensive inspection and replacement of components such as mechanical seals and solenoid valves on fire pumps, ensuring the systems remain operational and compliant with safety standards. This maintenance is critical for safeguarding government facilities and ensuring effective fire protection measures are in place. Interested contractors should note that the total award amount is $19,000,000, with a submission deadline extended to May 6, 2025, and a mandatory site visit scheduled for April 29, 2025. For inquiries, contact Kristopher W. Kahle at kristopher.kahle@us.af.mil or Christopher Davalos at christopher.davalos.1@us.af.mil.