Self-Contained Breathing Apparatus Maintenance & Repair Services
ID: W911N2-25-Q-0010Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW6QK LAD CONTR OFFCHAMBERSBURG, PA, 17201-4150, 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 Department of the Army, is seeking contractors to provide maintenance and repair services for Self-Contained Breathing Apparatus (SCBA) used by the Letterkenny Army Depot Fire and Emergency Services. The procurement includes comprehensive maintenance, repair, and certification of various SCBA equipment, ensuring operational readiness and safety compliance for firefighting personnel. This contract is crucial for maintaining the integrity of emergency services equipment, with a performance period spanning from March 2025 to March 2028, including a base year and two optional years. Interested contractors should direct inquiries to Brian Crean at brian.c.crean.civ@army.mil, with proposals due by February 21, 2025.

    Point(s) of Contact
    Files
    Title
    Posted
    The document is an amendment to a federal solicitation from the Letterkenny Contracting Office, primarily addressing changes to the solicitation closing date and the quantity of certain contract line items (CLINs). The amendment extends the deadline for responses to January 6, 2025, at 4:00 PM EST, changing it from the previously stated December 9, 2024. Additionally, it increases the quantities for CLINs 0006, 1006, and 2006 from 60 to 78. The amendment also includes a new section containing Questions and Answers, alongside a modified Table of Contents that incorporates this additional attachment. These updates ensure prospective contractors have ample time for submission and clarify specific contractual obligations related to pricing adjustments for the specified items. The changes reflect the government's ongoing commitment to transparency and efficiency in procurement processes.
    The document presents an amendment to a government solicitation, originally set as a small business set-aside, now transitioning to full and open competition. Key changes include updates to contract terms, such as modifying quantities for specific Contract Line Item Numbers (CLINs), revising the Performance Work Statement, and extending the solicitation closing date to February 21, 2025. Pricing details for three CLINs have notably decreased, indicating a reduction in expected deliverables. Additionally, the order period’s start and end dates have been adjusted, affecting the timeline of contract execution. The amendment also introduces new clauses related to small business representation, ensuring compliance with revised guidelines established by the Small Business Administration. These adjustments reflect ongoing efforts to enhance competition and opportunities for various contractors, highlighting the government’s commitment to optimizing resource allocation and fulfilling procurement requirements effectively.
    The document is an amendment to a government solicitation, specifically for contract W911N225Q0010, issued by the Letterkenny Contracting Office. It updates and adds to a previously released Q&A attachment related to the solicitation. The amendment outlines changes in the document while affirming that all terms remain in effect unless stated otherwise. Key changes include modifications to the Q&A section and updates to the Table of Contents, thus reorganizing the order of supporting documents. The amendment emphasizes the need for contractors to acknowledge receipt to avoid potential rejection of offers. The primary purpose of this document is to facilitate communication, clarify solicitation requirements, and ensure adherence to updated instructions, reflecting standard practices in federal Request for Proposals (RFPs) and grant processes.
    The Army Contract Writing System (ACWS) is being deployed to modernize the Army's contract writing processes, replacing existing systems. Offerors must be aware that during the transition, different systems may be used for recent solicitation documents, leading to varying submission instructions and document formats. It is crucial for Offerors to carefully review all solicitation instructions and be vigilant for any inadvertent changes in terms or conditions, reporting any discrepancies to the Contracting Officer. The government will not change solicitation terms without explicit notice. In the event of system errors or disruptions that impact timely awards, alternative mechanisms will be utilized to begin work, ensuring that the latest version of the Solicitation is followed until normal operations resume. This document serves as guidance for Offerors navigating the ongoing transition, emphasizing the need for attentive review and communication throughout the solicitation and award processes.
    The Performance Work Statement (PWS) outlines the requirements for maintenance and support services for the Self Contained Breathing Apparatus (SCBA) used by the Letterkenny Army Depot (LEAD) Fire and Emergency Services (F&ES). The contractor will provide personnel, tools, materials, and quality control necessary for the maintenance, repair, and certification of SCBA equipment, essential for firefighter safety in hazardous environments. The contract spans a base year and two optional years, from March 2025 to March 2028, and includes service hours from 0800-1600, excluding recognized holidays. The contractor must ensure compliance with security and training standards, safeguard government property, and perform assessments, preventative maintenance, and repairs both emergency and non-emergency within specified timelines. Detailed reporting, including an inventory list and maintenance reports, is required. The PWS emphasizes quality assurance, regular performance evaluation based on metrics defined in a Quality Assurance Surveillance Plan (QASP), and adherence to relevant regulations and safety standards. Overall, the document establishes a framework to maintain operational integrity and safety for the critical fire services at LEAD.
    The Performance Work Statement (PWS) outlines the requirements for the maintenance and support of Self Contained Breathing Apparatus (SCBA) equipment at the Letterkenny Army Depot (LEAD). The contractor is responsible for providing personnel, equipment, and materials necessary for maintenance, repairs, and certification of the SCBA equipment, vital for firefighter safety. The contract spans one base year from January 1, 2025, to December 31, 2025, with two optional extensions. Key responsibilities include conducting initial assessments, performing semi-annual preventative maintenance, and executing non-emergency and emergency repairs, with specified response times. The contractor must follow quality assurance standards and comply with security and training requirements for employees accessing government facilities. The PWS highlights significant performance metrics, such as a 97% completion rate for maintenance tasks and immediate response to emergencies. Overall, this PWS serves as a framework for ensuring that critical firefighting equipment is maintained to the highest safety standards, emphasizing the importance of uptime and rapid response capabilities for the health and safety of LEAD personnel. Compliance with regulations and protocols is paramount for the successful execution of this contract.
    This document addresses the maintenance and testing requirements for specific firefighting equipment, primarily focusing on cylinders, air packs, and compressors. It specifies the quantities of various types of SCBA cylinders—48 of 45-minute duration rated at 5500 psi, 16 of 75-minute duration at 5500 psi, and 14 of 15-minute duration at 4500 psi. Additionally, it identifies 34 Scott air packs, 4 ska packs, and 2 RIT packs that also require service. The document provides details on equipment specifications but lacks specific model numbers, referring to the cylinders generically as 3M™ Scott™. Key to this inquiry is the operational readiness of the fire department's equipment, with particular emphasis on necessary inspections and upkeep for safety compliance. The compressor is a Scott Revolve Air model (AC0404362110), along with an air trailer from the Scott Liberty Series. This file is part of a broader context relating to Requests for Proposals (RFPs) or grants focused on ensuring effective public safety operational standards through regular equipment checks and maintenance, demonstrating the government's commitment to the preparedness of emergency services.
    The Letterkenny Army Depot Safety Office has conducted a review of the maintenance contract for Self-Contained Breathing Apparatus (SCBA) equipment used by the Fire and Emergency Services. The contractor is tasked with providing labor, tools, and services for semi-annual maintenance and certifications, with a contract that includes one base year and two optional years. Key recommendations include adherence to safety regulations such as ISO 45001, OSHA standards, and various Army safety protocols. The contractor must develop an effective safety plan, ensure all personnel are adequately trained and licensed, and maintain compliance with hazardous material procedures. Furthermore, all safety incidents must be reported promptly. The memo also outlines the need for participation in technical reviews and outlines the responsibilities for documentation and safety compliance. This review emphasizes the importance of safety in contracting processes, reflecting the government's commitment to ensuring the well-being of personnel and integrity of operations at the depot.
    This document outlines essential guidelines for Offerors participating in government contracting opportunities. It emphasizes the requirement for registration in the System for Award Management (SAM) to be eligible for contract awards, and highlights the necessity for annual representations and certifications to maintain active registration. Offerors must submit their best pricing in their initial proposals, as the government intends to make awards without discussions. Any amendments to the solicitation must be signed and submitted to avoid proposal rejection. Additionally, payment will be processed electronically through the Defense Finance and Accounting Services, and Offerors are required to maintain their prices for 60 calendar days post-offer submission. The document also includes stipulations regarding the shipment terms (FOB Destination) and mentions that a Wage Determination is applicable for the awarded contract. Overall, these guidelines serve to streamline the contracting process and ensure compliance with federal regulations.
    This document outlines essential requirements and guidelines for offerors responding to a federal solicitation. Key points include the necessity for registration in the System for Award Management (SAM) to be eligible for contract awards, with a reminder to ensure active status and fulfill recent notarization requirements. Offerors must complete electronic annual representations and certifications within SAM. Questions regarding the solicitation should be directed to the designated Contracting Officer, Thomas Hall, at least five days before the closing date. The government plans to award contracts without discussions, urging offerors to submit their best prices initially. Compliance with all amendments and payment procedures via Electronic Funds Transfer (EFT) is emphasized. The contract is exclusively set aside for small businesses. Additional stipulations include maintaining quoted prices for 60 days and adherence to wage determinations. The document provides a framework for understanding the obligations and expectations for vendors participating in the federal procurement process.
    The document outlines a solicitation for contract services (W911N225Q0010) issued by the Letterkenny Contracting Office for various maintenance and testing services, specifically targeting small businesses, including those owned by service-disabled veterans and women. The scope includes preventative maintenance, semi-annual compressor testing, quarterly air testing, repair labor, and hydrostatic testing of cylinders as detailed in the Performance Work Statement. Suppliers are required to provide a capability statement, certifications, and evidence of past relevant experience to demonstrate their ability to fulfill the contract requirements. Key evaluative criteria emphasize technical capability, pricing, and small business participation. The government may award the contract based on the lowest priced, technically acceptable offer. The contract seeks to ensure reliability and efficiency in services provided to the U.S. Army, with options for additional services and potential contract extensions. The procurement emphasizes adherence to federal regulations, including the prohibition of certain telecommunications services. This solicitation reflects the federal initiative to support small business involvement in government contracts while ensuring compliance and quality service delivery.
    The document outlines a federal solicitation (W911N225Q0010) issued for the Letterkenny Army Depot, seeking proposals for commercial services related to preventative maintenance and testing of equipment. It specifies requirements for performance, including the execution of various maintenance tasks such as semi-annual compressor tests, hydrostatic testing, and provision of repair labor and parts, designated as Firm Fixed Price (FFP) and Time & Materials (T&M). The proposal requires contractors to demonstrate technical capabilities, certifications, and relevant past project experience. The evaluation will be based on a Lowest Priced, Technically Acceptable (LPTA) basis, focusing on technical submissions without discussions. Essential details include submission deadlines, a local point of contact for inquiries, and compliance with federal regulations regarding small business concerns and security. The contract structure allows for options to extend services and terms. The document reflects the government’s initiative to procure essential maintenance services while emphasizing compliance, competitive pricing, and contractor qualifications, thereby supporting overall operational readiness at federal facilities.
    This government document outlines a Request for Proposal (RFP) for commercial services centered on maintenance and testing of equipment at the Letterkenny Army Depot. The solicitation aims to secure a contractor for preventative maintenance, semi-annual and quarterly testing, and emergency repair services, with specific tasks detailed for each service. Key elements include: - Delivery and payment terms, emphasizing FOB (Free on Board) destination conditions. - Specific commercial line item numbers (CLINs) reflecting estimated quantities and pricing for various services, including preventative maintenance and testing. - Set acceptance criteria and inspection terms, where supplies/services must meet government specifications. - Clauses incorporated by reference regarding compliance with FAR (Federal Acquisition Regulation), labor standards, and contractor responsibilities. - Evaluation criteria mandate that the government will assess proposals based on technical capability and the lowest price technically acceptable offer post evaluation of non-price factors. This RFP not only exemplifies the federal procurement process but also emphasizes the government's preference for small business and service-disabled veteran-owned enterprises, indicating a commitment to supporting specific business classifications in governmental purchasing initiatives.
    The document is an amendment to a solicitation issued by the Letterkenny Contracting Office, specifically referencing contract ID W911N225Q0010. The primary purpose of the amendment is to introduce an additional question to the Questions and Answers section of the solicitation, updating interested parties on important details. The amendment also notes that, except for this change, all prior terms and conditions remain in effect. The acknowledgment of receipt of this amendment by contractors is required to avoid rejection of their proposals. The document includes a summary of changes, highlighting modifications to the Table of Contents for related attachments, including performance work statements, safety reviews, and solicitation notes. This amendment exemplifies the procedural updates within federal Request for Proposals (RFPs), ensuring clarity and compliance among bidders in government contracting processes.
    The document outlines the Request for Proposal (RFP) and contract terms for preventative maintenance, testing, and repair services at the Letterkenny Army Depot. It specifies various tasks including preventative maintenance, semi-annual compressor tests, quarterly air testing, and hydrostatic testing of cylinders, which are to be performed in accordance with a Performance Work Statement. The bidding is open until January 6, 2025, and the government intends to award the contract based on the Lowest Priced, Technically Acceptable offers, emphasizing technical qualifications and past experience. Notably, the solicitation includes clauses relating to the prohibition of certain communications technologies and compliance with federal regulations. Delivery is to be made FOB Destination, and the bidding is restricted to small businesses, emphasizing a commitment to inclusivity and support for smaller contracting entities. This RFP showcases the government’s strategy to ensure efficient and compliant service provision while bolstering small business participation in federal contracts.
    Lifecycle
    Similar Opportunities
    Mission Breathable Air Maintenance Service Contract
    Buyer not available
    The Department of Defense, through the Army Contracting Command at Tobyhanna Army Depot, is soliciting proposals for the Mission Breathable Air Maintenance Service Contract. This contract involves providing preventative maintenance and emergency repair services for breathable air systems, ensuring optimal operation and compliance with safety and environmental regulations. The services are critical for maintaining air quality and safety standards within military facilities, emphasizing the importance of reliable equipment in operational readiness. Proposals are due by March 3, 2025, following a mandatory site visit on February 20, 2025, and interested contractors should contact Dean Berkovics at dean.m.berkovics.civ@army.mil or call 570-615-6627 for further details.
    SCBA BOTTLE FILLING STATION
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the installation of a Self-Contained Breathing Apparatus (SCBA) bottle filling station at Westover Air Reserve Base in Chicopee, Massachusetts. The project aims to enhance the fire department's emergency response capabilities by providing a code-compliant air filling station that meets NFPA 1989 standards, including features such as a carbon monoxide monitoring system, remote fill capabilities, and RFID tracking for cylinders. This procurement is critical for maintaining operational readiness and safety for personnel involved in fire suppression and hazardous operations. Interested vendors should contact Rosalie M. Connelly at rosalie.connelly.1@us.af.mil or 413-557-2326 for further details, with proposals due within the specified timeframe for a contract award based on the lowest price technically acceptable method.
    MAINTENANCE OF RESCUE EQUIPMENT AND BREATHING APPARATUS
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP FLT LOG CTR PUGET SOUND, is soliciting proposals for the maintenance of rescue equipment and breathing apparatus in Japan. The procurement aims to secure maintenance services for rescue power tools that support the CNRJ Fire & Emergency Services, including annual inspections and servicing of various rescue tools and compressors. This contract is crucial for ensuring the operational readiness and safety of emergency response equipment, with a firm, fixed-price contract anticipated and a completion deadline set for June 30, 2025. Interested vendors must submit their proposals by February 21, 2025, and can contact Ligaya Payne at ligaya.payne.civ@us.navy.mil for further information.
    Breathing Air Compressor
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking proposals for the procurement of a Breathing Air Compressor through a Combined Synopsis/Solicitation notice. This opportunity is set aside for small businesses under the SBA guidelines, focusing on the manufacturing of air and gas compressors, which are critical for various military applications requiring reliable breathing air supply. Interested vendors should reach out to Kevin Nelson at kevin.a.nelson.civ@army.mil or call 502-898-2418, or contact Joy Davis at joy.l.davis18.civ@army.mil or 315-772-9900 for further details regarding the submission process and requirements.
    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.
    EEY Annual Inspection and Repair of Fire Equipment and Systems
    Buyer not available
    The Department of Defense, specifically the Department of the Army through the W07V Endist Memphis office, is seeking qualified contractors for the annual inspection and repair of fire equipment and systems. This procurement aims to ensure the operational readiness and safety of fire control equipment, which is critical for maintaining safety standards within military installations. The opportunity is set aside for small businesses under the SBA guidelines, with the relevant NAICS code being 541990, indicating a focus on professional, scientific, and technical services. Interested parties can reach out to Kirk Middleton at kirk.a.middleton@usace.army.mil or by phone at 901-544-0786 for further details regarding the solicitation process.
    DES Fire Extinguisher Service and Maintenance
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for fire extinguisher service and maintenance at the Anniston Army Depot in Alabama. The procurement encompasses the maintenance, refilling, and disposal of up to 1,000 fire extinguishers, with a focus on compliance with NFPA 10 standards and the provision of necessary materials and equipment over a base period and four option years. This contract is particularly significant for ensuring fire safety compliance within federal facilities, emphasizing the importance of reliable service providers, especially those that are small businesses, including service-disabled veteran-owned and women-owned enterprises. Interested contractors must submit their proposals electronically by February 21, 2025, and can direct inquiries to Crystal Hodges at crystal.l.hodges8.civ@army.mil or Larry Stephney at larry.d.stephney.civ@army.mil.
    Maintenance and Repair of Fire Alarm Systems - USAG Ansbach
    Buyer not available
    The Department of Defense is soliciting proposals for the maintenance and repair of fire alarm systems at the U.S. Army Garrison Ansbach in Germany. The contract encompasses preventive maintenance, emergency repairs, routine repairs, and the supply of replacement parts, ensuring compliance with federal and local safety standards. This procurement is critical for maintaining operational safety and regulatory compliance within military facilities, reflecting the government's commitment to high safety standards. Proposals are due by 10:00 AM on February 21, 2025, and interested parties should contact Evelyn Butter at evelyn.butter.ln@army.mil for further information.
    Perform Annual Maintenance on Firetrucks for the Watervliet Arsenal
    Buyer not available
    The Department of Defense, specifically the Army, is soliciting proposals for annual maintenance services on firetrucks at the Watervliet Arsenal in New York. The procurement requires vendors to perform comprehensive maintenance tasks, including chassis servicing, pump inspections, and adherence to strict delivery schedules and quality standards. This maintenance is crucial for ensuring the operational readiness and safety of fire-fighting equipment, which is vital for emergency services. Interested contractors should submit electronic proposals and can contact Coby Brickner at Coby.R.Brickner.Civ@army.mil or by phone at 518-266-4505 for further information.
    Fort Riley Wheeled Fire Extinguisher Maintenance
    Buyer not available
    The Department of Defense, through the Department of the Army, is seeking qualified small businesses to provide maintenance and six-year tear-down services for 61 government-issued 125 lbs wheeled fire extinguishers located at Fort Riley, Kansas. The procurement aims to ensure the proper functioning of these fire extinguishers, which includes replacing the extinguisher chemical and assessing the condition of the equipment parts, with an immediate need for servicing 13 extinguishers and potential future needs as others reach decommissioning age. Interested vendors are invited to submit capability statements by February 28, 2025, detailing their business size, status, CAGE Code, DUNS Number, and point of contact, with inquiries directed to Noah Younger at noah.w.younger.civ@army.mil or 520-714-8003. This notice serves as a sources sought announcement and does not constitute a commitment or solicitation for proposals.