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
    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
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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
    47--HOSE,AIR DUCT
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of air duct hoses, specifically NSN 4720008038359. The requirement includes the delivery of 34 units to the DLA Distribution Depot in Oklahoma within 314 days after order, along with an additional single unit to be delivered within 120 days after order. These hoses are critical components used in various military applications, ensuring the effective operation of air systems. Interested vendors must submit their quotes electronically, and any inquiries should be directed to the buyer via email at DibbsBSM@dla.mil, with the solicitation details available on the DLA's DIBBS website.
    Edwards AFB Fire Suppression Maintenance 2026
    Dept Of Defense
    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.
    Self-Contained Breathing Apparatus (SCBA) Annual Testing
    Dept Of Defense
    The Department of Defense, through the 4th Contracting Squadron at Seymour Johnson Air Force Base, North Carolina, is soliciting quotes for the annual testing of Self-Contained Breathing Apparatus (SCBA) equipment. The procurement involves comprehensive flow testing services for MSA G1 SCBA packs, masks, RIT packs, and escape packs, ensuring compliance with NFPA 1852 standards to maintain the safety and operational readiness of critical firefighting equipment. This contract, valued at $19,500,000, includes a base year and four option years, with services scheduled to commence on January 1, 2026, and conclude on December 31, 2030. Interested vendors must submit their quotes via email to the designated contacts by the deadline of December 16, 2025.
    47--HOSE,NONMETALLIC
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of nonmetallic hoses, specifically NSN 4720002889875, with a total quantity of 1,122 feet required for delivery to DLA Distribution. This procurement is categorized under the NAICS code 332999, which encompasses all other miscellaneous fabricated metal product manufacturing, and is critical for various military applications that require reliable and durable hose solutions. Interested vendors must submit their quotes electronically, as hard copies of the solicitation will not be available, and all submissions should be directed to the buyer listed in the solicitation document. For inquiries, potential bidders can reach out via email at DibbsBSM@dla.mil, with the expectation that quotes be submitted within the specified timeframe of 185 days after order (ADO).
    47--HOSE,NONMETALLIC
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of nonmetallic hoses, specifically NSN 4720005401962. The solicitation includes three line items with a total quantity of 10,466 feet to be delivered to the DLA Distribution Depot in Oklahoma within 122 days after order. These hoses are critical components used in various military applications, emphasizing the importance of quality and reliability in their manufacturing. Interested vendors must submit their quotes electronically, and any inquiries should be directed to the buyer via email at DibbsBSM@dla.mil, as hard copies of the solicitation are not available.
    HOSE ASSEMBLY (SATURATED STEAM SERVICE), MIL-DTL-29210F
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Maritime - Portsmouth), is seeking proposals from qualified small businesses for the procurement of 80 Hose Assemblies designed for saturated steam service, adhering to MIL-DTL-29210F specifications. This procurement is critical for ensuring the operational readiness of naval facilities, as these hose assemblies are essential components in various military applications. Interested vendors must submit their quotations by December 19, 2025, at 2:00 PM ET, and are required to be registered in the System for Award Management (SAM) to be eligible for consideration. For further inquiries, potential offerors can contact Jannell Moriarty at jannell.moriarty@dla.mil or via phone at 207-438-6395.
    47--HOSE ASSEMBLY,NONME
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of a non-metallic hose assembly, specifically NSN 4720012619731. The contract will involve an estimated quantity of 107 units, with delivery expected within 80 days after order placement, and may result in an Indefinite Delivery Contract (IDC) with a total order cap of $350,000 over one year. This procurement is crucial for maintaining operational readiness, as the hose assemblies are essential components used in various military applications. Interested vendors are encouraged to submit their quotes electronically, and any inquiries should be directed to the buyer via the provided email address, DibbsBSM@dla.mil.
    47--HOSE ASSEMBLY,NONME
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of 45 units of the Non-Metal Hose Assembly (NSN 4720014575725). This solicitation may lead to an Indefinite Delivery Contract (IDC) with a term of one year or until the total orders reach $350,000, with an estimated 12 orders per year and a guaranteed minimum of 6 units. The hose assemblies are critical components for various military applications and will be shipped to multiple DLA depots both within the continental United States and overseas. Interested vendors must submit their quotes electronically, and any inquiries should be directed to the buyer via email at DibbsBSM@dla.mil. The solicitation details can be accessed through the DLA's website, with no hard copies available.
    47--HOSE ASSEMBLY,NONME
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of 1,771 units of Non-Metal Hose Assembly (NSN 4720013596482). This solicitation may lead to an Indefinite Delivery Contract (IDC) with a one-year term or until the total orders reach $350,000, with an estimated 12 orders per year and a guaranteed minimum quantity of 265 units. The items are crucial for various applications within military operations 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 is available online, and hard copies will not be provided.
    47--HOSE ASSEMBLY,NONME
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of 59 units of the Non-Metallic Hose Assembly (NSN 4720015624722). This solicitation may lead to an Indefinite Delivery Contract (IDC) with a term of one year or until the total orders reach $350,000, with an estimated four orders per year and a guaranteed minimum quantity of eight. The hose assemblies are critical for various applications within military operations and will be shipped to multiple DLA depots both within the continental United States and overseas. Interested vendors must submit their quotes electronically, and any inquiries should be directed to the buyer via email at DibbsBSM@dla.mil, with the solicitation available on the DLA's DIBBS website.