Fire Hose Testing
ID: FA860125R017Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA8601 AFLCMC PZIOWRIGHT PATTERSON AFB, OH, 45433-5344, USA

NAICS

Facilities Support Services (561210)

PSC

OTHER QC/TEST/INSPECT- FIRE CONTROL EQUIPMENT (H912)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Mar 26, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 24, 2025, 12:00 AM UTC
  3. 3
    Due Apr 25, 2025, 2:00 PM UTC
Description

The Department of Defense, specifically the Department of the Air Force, is seeking proposals for a contract related to fire hose testing at Wright Patterson Air Force Base in Ohio. The procurement aims to secure commercial services for the inspection and testing of approximately 35,000 feet of firefighting hoses and nozzles, ensuring compliance with the National Fire Protection Association (NFPA) standards. This initiative is critical for maintaining operational readiness and safety of firefighting equipment, which is essential for effective emergency response. Interested small businesses must submit their proposals by 10:00 AM EDT on April 25, 2025, with a total contract value estimated at $47 million. For further inquiries, potential bidders can contact David Suttling or Edward A. Huchison via email.

Point(s) of Contact
Files
Title
Posted
Apr 24, 2025, 6:09 PM UTC
This document pertains to the solicitation FA860125R0017 issued by the government, outlining instructions for offerors responding to an RFP related to fire hose testing. It emphasizes that offers must adhere to specific guidelines, including clarity and detailed evidence of capability to meet the contract requirements. Notably, offerors must submit two separate volumes: a technical proposal and a price offer, with strict page limits and formatting stipulations. Key aspects include the evaluation criteria focusing on regulatory compliance and prior relevant experience—specifically assessing past contracts related to fire hose testing. Offerors are instructed to provide comprehensive documentation, supporting their technical capabilities, and detailed pricing in the designated format. The document underscores that any embellishments or unnecessary details are unwelcome and that offers must be submitted electronically, adhering to strict communication protocols to ensure successful delivery. Importantly, the document also states that contracts will not be awarded until funding is available, emphasizing the government's discretion in the award process. This solicitation serves as a structured framework for evaluating offerors in compliance with federal regulations while maintaining focus on integrity and efficiency in service provision.
Apr 24, 2025, 6:09 PM UTC
The document outlines the evaluation criteria for proposals submitted in response to a government solicitation, specifically using FAR Part 13 procedures. Proposals will be assessed based on Technical Capability and Price, with both factors carrying equal weight. A proposal rated ‘Unacceptable’ technically will disqualify the entire submission, regardless of price. The Technical Capability assessment involves evaluating compliance with requirements outlined in the Performance Work Statement (PWS), and examining the offeror's relevant prior experience, particularly in fire hose testing and custodial contracts over the last five years. Price evaluations will focus on completeness, potential pricing imbalances, and fairness. A Total Evaluated Price (TEP) will be calculated that includes all basic and option prices. The government retains the right to reject any proposal deemed unacceptable due to technical deficiencies or unreasonable pricing. The evaluation process includes consideration of the correction potential of deficiencies before final ratings are assigned. A written award notification will forge a binding contract. The document serves to ensure that proposals meet essential standards for quality, safety, and cost-effectiveness in government contracting.
Apr 24, 2025, 6:09 PM UTC
The government file pertains to federal RFPs (Requests for Proposals) and grants aimed at various projects, likely related to infrastructure and services within state and local jurisdictions. The document outlines procedures, eligibility criteria, and scheduling details for applicants interested in responding to requests for funding or submitting project proposals. Key components likely include a focus on compliance with regulatory standards, project timelines, budget considerations, and expected outcomes. By addressing funding opportunities, this file emphasizes the federal government's commitment to supporting community initiatives and infrastructure improvements through structured grant processes. Ultimately, these RFPs and grants are essential tools for promoting economic development and ensuring efficient service delivery to constituents. This document serves as a guideline for potential bidders and grantees to effectively navigate the proposals process while adhering to government stipulations and requirements.
Apr 24, 2025, 6:09 PM UTC
The Performance Work Statement outlines the requirements for the annual inspection and testing of firefighting hoses and nozzles for the Wright-Patterson Air Force Base Fire Department. The contractor is responsible for providing all personnel, safety equipment, tools, and materials necessary to conduct inspections and tests on approximately 35,000 feet of firefighting hoses, including various sizes from 1” to 5”, and up to 40 nozzles for 1.5” and 2.5” hoses, adhering to the National Fire Protection Association (NFPA) Standard 1962. The contract entails removing hoses from storage, testing their condition, replacing gaskets at no extra cost, and ensuring compliant documentation of testing results. All inspected equipment will be properly stored and returned to the fire department personnel. The testing is scheduled for June and July at a specified location within the base, allowing fire department personnel to maintain their usual operations during testing. This initiative underscores the commitment to safety and regulatory compliance while ensuring operational readiness of firefighting equipment.
Apr 24, 2025, 6:09 PM UTC
The document FA860125R0017 outlines specific contractor responsibilities related to hose testing under a federal government RFP. It clarifies that contractors are not required to clean the hoses being tested nor perform any repairs, including gasket replacements or addressing leaks. The responses to the questions confirm that no maintenance tasks are expected from the contractors, ensuring that they focus solely on testing the hoses as specified. This streamlined directive aims to provide clear expectations for potential bidders, minimizing ambiguities in their proposals and budget estimates. The purpose of the file is to clarify contractual obligations to enhance accountability and efficiency in the selection of contractors for this testing initiative.
Apr 24, 2025, 6:09 PM UTC
The document FA860125R0017 Q_A 2 outlines the testing requirements for various types and lengths of hoses. The total quantities specified include multiple configurations: 5-inch hoses consist of 8,800 feet in 88 sections (100 feet each), and smaller lengths, while 3-inch hoses total 7,200 feet in 72 sections (also 100 feet each) and small increments. Other sizes listed include 2.5-inch, 2-inch, 1.75-inch, and 1-inch hoses, with total lengths ranging from 20 feet to 8,000 feet, broken down into specified numbers of sections. The clear categorization of hoses by size and length indicates a structured testing plan mandated by the government for compliance. As part of a federal RFP, this documentation is crucial for ensuring that all specified equipment meets established safety and operational standards. This requirement reflects a commitment to quality control and operational readiness in governmental operations or projects where hose functionality is critical.
Apr 24, 2025, 6:09 PM UTC
The document presents a solicitation for a contract reserved for Women-Owned Small Businesses (WOSB) specializing in commercial products and services. It outlines a specific requirement for fire hose testing services to be conducted over scheduled periods, adhering to the Performance Work Statement. The contract, identified by requisition number FA860125R0017, is effective from March 26, 2025, to March 26, 2030, with potential options extending through May 2030. The total award amount is approximately $47 million, and the primary performance location is Wright Patterson Air Force Base, Ohio. The document includes critical information on contractor obligations, payment arrangements, and compliance with federal regulations, including the Defense Federal Acquisition Regulation. It emphasizes due dates for proposal submissions and outlines inspection and acceptance criteria, highlighting the importance of adherence to standards for safety, scheduling, and documentation. The contract also ensures the engagement of small and disadvantaged business entities within the federal procurement framework, promoting equitable access to government contracting opportunities.
Apr 24, 2025, 6:09 PM UTC
The document is an amendment to a solicitation issued by the U.S. Government, specifically the AFLCMC PZIO at Wright Patterson AFB. The amendment primarily serves to extend the due date for offers from April 15, 2025, to April 25, 2025, at 10:00 AM EDT. It outlines required procedures for offerors to acknowledge the receipt of this amendment, emphasizing that failure to do so may result in the rejection of their offer. Additional details include sections for modification and administrative changes to the contract/order, with references to the specific solicitation and contract numbers. Overall, the amendment maintains that, except for the stipulated change in the response due date, all other terms and conditions remain unchanged, reinforcing the document's administrative nature and compliance with federal procurement regulations.
Lifecycle
Title
Type
Fire Hose Testing
Currently viewing
Combined Synopsis/Solicitation
Similar Opportunities
Fire Training Facility Maintenance
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors to provide maintenance and inspection services for the Aircraft Fire Training Facility (AFTF) and the Structural Fire Training Facility (SFTF) at Hurlburt Field, Florida. The contractor will be responsible for ensuring the operational effectiveness and safety of these facilities by conducting inspections, performing repairs, and adhering to all relevant safety and compliance standards, including Air Force guidelines and federal regulations. This procurement is critical for maintaining the safety and readiness of training operations for firefighters, with an estimated contract value of $12.5 million and a total small business set-aside. Interested parties must submit their proposals by April 28, 2025, and can direct inquiries to Peyton Cole at peyton.cole@us.af.mil or Rowan Thom at rowan.thom.1@us.af.mil.
FMS Spare Parts Buy of the HOSE ASSEMBLY, NONME NSN 47200008274847RK
Buyer not available
The Department of Defense, through the Air Force Sustainment Center at Tinker AFB, is seeking qualified vendors for the procurement of remanufactured hose assemblies, specifically the HOSE, ASSEMBLY, NONME, under a firm fixed price contract. The procurement involves two items: 118 units and 4 units of the specified hose assembly, with delivery required by September 10, 2025, and early delivery being acceptable. These hose assemblies are critical for transferring air and liquid, and the contract will be awarded based on qualification requirements, with a focus on maintaining quality through approved sources. Interested vendors must submit a Source Approval Request if not previously qualified, and all inquiries should be directed to Nonika Allen at nonika.allen.1@us.af.mil or Morgan McGarity at morgan.mcgarity@us.af.mil, with the solicitation expected to be issued around May 8, 2025.
Decontamination Washer for Firefighting Equipment
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking proposals for a commercial decontamination washer designed for firefighting protective gear. The washer must meet specific requirements, including the ability to clean gear in under 15 minutes, accommodate various firefighting equipment, and operate safely on 240V electricity while being compliant with NFPA 1851/1852 standards. This procurement is crucial for maintaining the safety and readiness of firefighting personnel, ensuring their gear is effectively decontaminated. Interested small businesses must submit their quotes by May 2, 2025, and can direct inquiries to Dustin Edwards at dustin.edwards.18@us.af.mil or Norman Mackie at norman.mackie.1@us.af.mil for further details.
HOSE,DRIVE PUMP
Buyer not available
The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanical, is soliciting proposals for the manufacture of a HOSE, DRIVE PUMP under a total small business set-aside. The procurement requires that the hoses meet specific material and physical standards, with acceptable part numbers provided for reference, including P/N: 811-32-1250MM from Parker Hannifin and an alternative from Pirtek. This equipment is critical for military operations, ensuring the functionality of hydraulic systems in various applications. Interested vendors should direct inquiries to Joshua D. Martin at 717-605-4356 or via email at joshua.d.martin76.civ@us.navy.mil, with proposals expected to comply with stringent quality assurance and inspection requirements as outlined in the solicitation.
Water Lab Analysis Services
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking proposals for Water Lab Analysis Services through a combined synopsis/solicitation process. The objective is to establish a Firm Fixed Price Blanket Purchase Agreement for commercial services related to chemical testing of water and hazardous waste characterization, with a focus on compliance with environmental regulations and safety standards. This procurement is crucial for ensuring environmental compliance and public health, as it involves routine and emergency sampling and testing using EPA-approved methods. Proposals must be submitted electronically by 1:00 PM EDT on May 14, 2025, to the designated contacts, Brandon Bolen and Edward A. Huchison, with a total contract value capped at $200,000 for the period from July 1, 2025, to June 30, 2030.
HOSE PARTS
Buyer not available
The Department of Defense, through the Defense Logistics Agency at DLA Maritime - Pearl Harbor, is soliciting proposals for the procurement of hose parts, specifically targeting small businesses under a Total Small Business Set-Aside. The Request for Proposal (RFP) SPMYM425Q0434 outlines the acquisition of various supplies necessary for abrasive blasting operations, including triggers, hoses, and shipping services, with a focus on compliance with federal regulations. Interested vendors must register in the System for Award Management (SAM) and submit their offers by April 29, 2025, with a delivery date set for July 1, 2025. For further inquiries, vendors can contact Amanda Ragsdale at AMANDA.N.RAGSDALE.CIV@US.NAVY.MIL or by phone at 808-473-8000 ext. 5505.
47--HOSE,NONMETALLIC
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of nonmetallic hoses, specifically NSN 4720011862358, with a total quantity of 4,038 feet required. This procurement may lead to an Indefinite Delivery Contract (IDC) with a one-year term or until the total orders reach $250,000, with an estimated 12 orders per year and a guaranteed minimum quantity of 605 feet. These hoses are critical for various military applications and will be shipped to multiple DLA depots both within the continental United States (CONUS) and outside (OCONUS). Interested vendors must submit their quotes electronically, and any inquiries should be directed to the buyer via email at DibbsBSM@dla.mil. The solicitation will be available online, and hard copies will not be provided.
HOSE ASSY
Buyer not available
The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting proposals for the procurement of a Hose Assembly (HOSE ASSY) under a federal contract. This procurement involves the manufacturing of specialized hose assemblies that are critical for shipboard systems, where the use of incorrect or defective materials could lead to severe consequences, including personnel injury or loss of vital shipboard systems. Interested vendors must adhere to stringent quality assurance and testing requirements, including hydrostatic testing and compliance with various military specifications, with a projected delivery timeline of 186 days post-award. For further inquiries, potential bidders can contact Ashton K. Perry at 717-605-7574 or via email at ashton.k.perry.civ@us.navy.mil.
HOSE,NONMETALLIC
Buyer not available
The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting bids for the procurement of nonmetallic hoses under the title "HOSE, NONMETALLIC." This procurement is aimed at acquiring hoses that meet specific technical and quality requirements, as outlined in the solicitation documents, which include various military specifications and commercial item descriptions. These hoses are critical components used in various defense applications, ensuring operational efficiency and safety. Interested vendors should note that this opportunity is set aside for small businesses, and they can direct inquiries to Jon Zeigler at 717-605-5696 or via email at JON.ZEIGLER@NAVY.MIL. The solicitation details and requirements are available through the designated procurement channels, with a pricing validity period of 60 days post-quotation submission.
Repair Fire Hydrant by Bldg 22
Buyer not available
The Department of Defense, specifically the Department of the Army, is soliciting proposals for the repair of a fire hydrant located by Building 22 at the Cheyenne Regional Airport in Wyoming. The project entails a supply purchase with installation, requiring the contractor to assess the hydrant's condition, execute necessary repairs, and ensure compliance with safety regulations. This procurement is particularly significant as it is set aside for small businesses, with a firm fixed price of $45 million for the contract, which is expected to be awarded by May 31, 2025. Interested contractors must submit their proposals by April 29, 2025, and can reach out to Christopher Davalos or Kristopher W Kahle for further information.