FY25 Fire & Emergency Services Preventative Maintenance & Compliance
ID: M33120FY25FIREType: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYCOMMANDING GENERALCAMP PENDLETON, CA, 92055-5001, 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 United States Marine Corps (USMC) Regional Contracting Office at Marine Corps Base Camp Pendleton, is seeking qualified businesses to provide comprehensive inspection, testing, cleaning, certifying, calibration, and maintenance services for firefighting and personal protective equipment. These services are critical for ensuring the operational readiness and safety of firefighting assets across multiple Marine installations in California, including MCB Camp Pendleton, Marine Corps Logistics Base Barstow, Marine Corps Air Station Miramar, and Marine Corps Air Ground Combat Center 29 Palms, while adhering to National Fire Protection Association (NFPA) and Occupational Safety and Health Administration (OSHA) standards. Interested parties, particularly small businesses including those that are disadvantaged, veteran-owned, or women-owned, are encouraged to submit capabilities statements by May 28, 2025, to demonstrate their qualifications and relevant experience. For further inquiries, potential vendors may contact Corey Slivnik at corey.slivnik@usmc.mil or Maria Caceres at maria.caceres@usmc.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The Performance Work Statement (PWS) outlines the requirements for contractor-provided inspection, testing, maintenance, and repairs of Fire and Emergency Services (F&ES) equipment for Marine Corps Installation West (MCIW) across multiple bases in California. The primary goal is to ensure operational readiness and safety of firefighting assets, complying with National Fire Protection Association (NFPA) and Occupational Safety and Health Administration (OSHA) standards. The contractor is responsible for a range of services, including inspecting and maintaining Self-Contained Breathing Apparatus (SCBA), conducting hydrostatic testing of cylinders, maintaining breathing air compressors, inspecting personal protective equipment, and testing fire hoses. All services will be performed on-site by certified technicians and scheduled in agreement with the government. Additionally, the PWS includes guidelines for quality assurance, over-and-above work protocols, and equipment modification procedures. The document underscores the importance of maintaining safety standards while adapting to any changes in requirements during the contract's duration, emphasizing the government’s commitment to the safety and efficiency of its fire departments.
    The United States Marine Corps (USMC) Regional Contracting Office (RCO) at Marine Corps Base Camp Pendleton is seeking information from qualified businesses to provide inspection, testing, cleaning, certifying, calibration, and maintenance services for firefighting and personal protective equipment. This market research aims to gauge the level of interest and capability of potential vendors to meet these needs across various marine installations, including MCB Camp Pendleton, Marine Corps Logistics Base Barstow, Marine Corps Air Station Miramar, and Marine Corps Air Ground Combat Center 29 Palms. The RCO is particularly interested in responses from small businesses, including those classified as disadvantaged, veteran-owned, or women-owned. The associated North American Industry Classification Standard (NAICS) code is 811310, and the maximum size standard for small businesses in this category is $12.5 million. Interested parties should submit capabilities statements detailing their organization, socio-economic status, and recent relevant experience, in compliance with criteria outlined in the notice. The deadline for submissions is May 28, 2025. This announcement is strictly for information-gathering and does not constitute a formal request for proposals or an obligation for contract award.
    Lifecycle
    Title
    Type
    Similar Opportunities
    N62473-18-D-5860/N6247323F4441 EMERGENCY UTILITY RELOCATION, BASILONE ROAD AT MARINE CORP BASE (MCB), CAMP PENDLETON, CA
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Systems Command Southwest, is seeking contractors for the Emergency Utility Relocation project at Basilone Road, Marine Corps Base Camp Pendleton, California. This procurement involves the repair or alteration of sewage and waste facilities, which is critical for maintaining operational readiness and infrastructure integrity at the base. Interested parties can reach out to Marcus J. Madero at marcus.j.madero@navy.mil or by phone at 760-725-8228 for further details regarding the contract, which is part of the ongoing efforts to enhance utility services at military installations. The project is identified under contract number N62473-18-D-5860/N6247323F4441.
    MFR Wash Rack Services
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army through the W074 Endist Charleston office, is seeking qualified contractors to provide maintenance and upgrade services for vehicle wash systems at Marine Corps Reserve Centers across the continental United States. The procurement involves planned maintenance, inspection, repair, and remote monitoring of approximately forty reclaim wash systems and eight pass-through wash systems, as well as upgrading delinquent systems. These services are crucial for maintaining operational readiness and environmental compliance at military facilities. Interested small businesses are encouraged to reach out to Bianca James Gaddison at Bianca.M.JamesGaddison@usace.army.mil or call 504-240-8923, or contact Walter Gordon at walter.l.gordon@usace.army.mil or 843-329-8157 for further details. This opportunity is set aside for small businesses under the SBA guidelines.
    FIRE TRUCK MAINTENANCE
    Dept Of Defense
    The Department of Defense, specifically the Army's Mission and Installation Contracting Command at Fort Belvoir, is seeking responses from qualified small businesses for fire truck maintenance services at Joint Base Myer-Henderson Hall (JBMHH). The procurement involves providing comprehensive maintenance, including annual preventive services, warranty repairs, and technical support for various fire emergency vehicles, particularly those manufactured by Pierce Manufacturing, Inc. This contract will be structured as a Firm-Fixed Price Blanket Purchase Agreement with a base year and four option years, emphasizing the importance of adhering to federal standards and maintaining qualified personnel. Interested contractors must submit their responses by September 5, 2025, at 12:00 p.m. Eastern Time, to the primary contacts, Donald Randles and Denese Y. Henson, via email.
    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.
    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.
    Multiple Services Contract
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Systems Command Mid-Atlantic, is seeking qualified small businesses to provide multiple facility support services at Marine Corps Air Station Cherry Point, North Carolina. This sources sought notice aims to identify potential offerors capable of performing a range of maintenance and repair services, including HVAC systems, fire protection systems, and sewage plant operations, among others, under a firm-fixed price/indefinite quantity indefinite delivery (IDIQ) contract structure. Interested small businesses, particularly those classified as 8(a), HUBZone, Service-Disabled Veteran Owned, Women Owned, or Economically Disadvantaged Women Owned, are encouraged to submit a capabilities package by December 16, 2025, at 2:00 PM Eastern Time, to Joanna Miller at joanna.d.miller2.civ@us.navy.mil, with a maximum attachment size of 10Mb.
    Life Preserver
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, is seeking to procure a Life Preserver through a Justification for Other than Full and Open Competition. This procurement is a Brand Name or Equal requirement, previously awarded through GSA, indicating a need for marine lifesaving and diving equipment that meets specific standards. The goods are critical for ensuring safety in marine operations, particularly at Camp Pendleton, CA, where the equipment will be utilized. Interested vendors can reach out to Saul Becerra at saul.becerra@usmc.mil or by phone at 760-830-0293 for further details regarding this opportunity.
    52000QR260001472 USCGC BAILEY BARCO FM200 AND GALLEY HOOD INSPECTION
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified small businesses to conduct inspection and testing of the fire suppression systems aboard the CGC Bailey Barco, including five-year visual inspections for six FM200 cylinders and hydrostatic testing of the galley system. This procurement is critical for ensuring the operational readiness and safety compliance of the cutter's fire suppression systems, adhering to established maintenance procedures and industry standards. Interested vendors must have trained personnel with relevant experience in marine Chemetron Fire Systems and are required to submit their proposals by December 17, 2025, with the work to be completed by December 30, 2025. For further inquiries, vendors can contact Timothy Ford at timothy.s.ford@uscg.mil or Joshua Miller at joshua.n.miller@uscg.mil.
    Air Station Detroit Fire Suppression System Inspection
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified vendors to provide inspection and testing services for the fire suppression system at Air Station Detroit, located at Selfridge ANGB in Michigan. The procurement involves a request for quotation (RFQ) for commercial services, focusing on the inspection of installed fire alarms and suppression systems in accordance with the attached Statement of Work (SOW). This opportunity is critical for ensuring the safety and operational readiness of fire control equipment, which plays a vital role in emergency response and safety protocols. Interested small businesses must submit their bids through the Unison Marketplace platform, with questions directed to Marketplace Support at marketplacesupport@unisonglobal.com or by calling 877-933-3243. The solicitation emphasizes a total small business set-aside and will utilize an online competitive reverse auction format to enhance vendor participation.
    Seattle VA Portable Fire Extinguisher Maintenance Service RFQ
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking a qualified contractor to provide comprehensive maintenance services for approximately 1,500 portable fire extinguishers across the VA Puget Sound Health Care System facilities located in Seattle, American Lake, and Magnolia, Washington. The procurement includes monthly, annual, and six-year inspections, as well as a twelve-year hydrostatic test swap-out program, ensuring compliance with NFPA 10, TJC, OSHA, and VA directives. This maintenance service is critical for maintaining fire safety and compliance across the facilities, with the contract valued at up to $12.5 million and set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB). Interested parties must submit their quotations by December 16, 2025, and can contact Michael J Borelli at Michael.Borelli@va.gov for further information.