Fire Suppression Wet Chemical
ID: FA481925Q0025Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA4819 325 CONS PKPTYNDALL AFB, FL, 32403-5521, USA

NAICS

All Other Professional, Scientific, and Technical Services (541990)

PSC

MAINT/REPAIR/REBUILD OF EQUIP- FIRE FIGHTING/RESCUE/SAFETY EQUIP; ENVIRON PROTECT EQUIP/MATLS (J042)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Jan 10, 2025, 12:00 AM UTC
  2. 2
    Updated Jan 10, 2025, 12:00 AM UTC
  3. 3
    Due Jan 31, 2025, 8:00 PM UTC
Description

The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for fire suppression wet chemical services at Tyndall Air Force Base in Florida. The contractor will be responsible for the inspection, testing, recharging, and maintenance of installed wet chemical fire extinguishing systems, ensuring compliance with manufacturer guidelines and relevant Florida statutes. This contract is critical for maintaining operational safety and readiness against fire hazards, with a performance period from April 1, 2025, to March 31, 2030. Interested small businesses must submit proposals by January 31, 2025, and can direct inquiries to David Hackney at david.hackney.1@us.af.mil or 850-283-8664.

Files
Title
Posted
Jan 10, 2025, 7:05 PM UTC
The performance work statement for fire suppression systems repair and maintenance at the 325th Civil Engineer Squadron, Tyndall AFB, Florida, outlines a comprehensive framework for contract services. The contractor is responsible for the inspection, testing, recharging, and maintenance of installed wet chemical fire extinguishing systems. Key responsibilities include semiannual inspections per NFPA standards, adherence to manufacturer guidelines, and immediate emergency repair services within specified timeframes. The document stipulates the contractor's need to maintain accurate maintenance records and submit timely reports on actions performed. Additionally, the performance objectives are structured to ensure high service quality, with specific thresholds for deficiencies and responsiveness. The contractor must comply with safety regulations and the handling of hazardous materials, providing necessary documentation and adhering to strict security protocols for personnel on base. Overall, this contract emphasizes the importance of maintaining functional fire suppression systems to ensure safety and operational integrity, reflecting the military’s commitment to providing reliable protection against fire hazards.
Jan 10, 2025, 7:05 PM UTC
The document outlines a Request for Proposals (RFP) for Wet Chemical Fire Suppression Services, which requires a contractor to deliver comprehensive services including inspection, testing, recharging, and maintenance of installed wet chemical fire extinguishing systems. The contractor is also responsible for providing all necessary personnel, materials, tools, equipment, transportation, and supervision, as well as covering applicable travel, lodging, meals, and incidental expenses in accordance with Joint Travel Regulations (JTR). The pricing structure is detailed for multiple contract years, with specific quantities and unit pricing listed for both base and option years, emphasizing a contract valuation of $15,000 by the end of its term. Each section of the proposal adheres to an attached Performance Work Statement, which delineates specific operational standards and expectations. Ultimately, this RFP aims to ensure the continued compliance and operational readiness of fire suppression systems within federal, state, or local facilities, enhancing fire safety protocols and effective emergency responses in accordance with government standards and guidelines.
Jan 10, 2025, 7:05 PM UTC
The document outlines the coordination for a site visit related to the Air Force Services Contract (AF ASSC FA481924R0009). The primary contact for this visit is Security Manager David Hackney, whose email is provided for communication. It is essential for participants to submit personal details such as their name, identification numbers, date of birth, social security number, and confirmation of U.S. citizenship. Additionally, it specifies permissions regarding base access, designating Tyndall Air Force Base, with options for specific areas and the need for escorting personnel. The document emphasizes compliance with security requirements for the visit, highlighting the operational parameters and securing the necessary clearances for involved personnel. This document serves as a preliminary checklist for contractors involved in federal procurement engagements, aligning with standard practices for managing access to military sites while meeting safety and regulatory protocols.
Jan 10, 2025, 7:05 PM UTC
The document appears to relate to the federal and state/local Request for Proposals (RFPs) and grants, focusing on procurement and funding opportunities for governmental projects. It likely outlines key processes, guidelines, and requirements for submitting proposals, engaging in grant applications, and responding to RFPs. Important topics include compliance with regulations, evaluation criteria for proposals, and expectations for project outcomes. The document emphasizes the significance of adhering to specified formats and deadlines while ensuring that proposals meet outlined objectives and stakeholder needs. It may contain sections that provide clarity on the evaluation procedure, funding allocation, and compliance checks required for successful applications. Moreover, there might be references to strategic goals aligned with governmental priorities, including sustainability, economic growth, and community impact. The summary and the structured information in the document are essential for entities seeking to secure federal or state funding, providing a framework for potential applicants to understand the necessary requirements and articulate their project proposals effectively.
Jan 10, 2025, 7:05 PM UTC
The combined synopsis/solicitation is a request for quotations (RFQ) for wet chemical fire suppression services at Tyndall Air Force Base, FL, issued under solicitation number FA481925Q0004. The acquisition is a total small business set-aside, with the NAICS code 541990. Contractors are required to provide personnel, materials, and services necessary for the inspection, testing, recharging, and maintenance of wet chemical fire extinguishing systems, alongside emergency on-call services and replacement parts. The performance period spans from April 1, 2025, to March 31, 2030, with evaluations based on the lowest priced technically acceptable offers. Proposals must include a technical compliance document and a detailed price breakdown. A site visit is scheduled for January 16, 2025, with submissions due by January 31, 2025. All communication regarding inquiries must be submitted by January 21, 2025. The contracting specialist and officer are Julie Bragg and David Hackney, respectively, while detailed provisions and clauses from federal acquisition regulations govern the entire acquisition process, emphasizing compliance with labor standards and federal mandates.
Lifecycle
Title
Type
Solicitation
Similar Opportunities
SS - AFRL/RQ Fire Suppression Maintenance and Repair Services
Buyer not available
The Department of Defense, through the Air Force Research Laboratory (AFRL) at Wright-Patterson Air Force Base, is seeking qualified contractors to provide fire suppression maintenance and repair services. The procurement aims to ensure the operational integrity and compliance of fire suppression systems, including seven high-pressure and one low-pressure CO2 systems, which require regular inspections, emergency repairs, and adherence to fire safety regulations, particularly NFPA guidelines. Interested small businesses must submit their capability packages by May 16, 2025, detailing their qualifications and relevant experience to Jason Sav at jason.sav@us.af.mil, as this opportunity is part of a Sources Sought notice and does not obligate the Government to award a contract.
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.
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 procurement aims to ensure compliance with safety standards by providing monthly and yearly inspections, thorough examinations, and necessary maintenance services for fire extinguishers utilized by various units on the installation. The selected contractors will be responsible for maintaining records and performing services in accordance with NFPA 10 standards, with the government planning to award contracts to up to three vendors based on the best value pricing. Proposals are due by May 14, 2025, following a Q&A period that ends on April 29, 2025, and interested parties must ensure they are registered in the System for Award Management (SAM) prior to award. For further inquiries, potential offerors can contact Sommer Roach at sommer.p.roach.civ@army.mil or Brandi O'Daniel at brandi.l.odaniel.civ@army.mil.
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, which includes six-year maintenance and twelve-year hydrostatic testing, all in compliance with specified standards and regulations. This procurement is critical for ensuring operational safety through the proper maintenance of essential fire safety equipment. Interested contractors must submit their bids by May 5, 2025, at 2:00 PM, and are encouraged to contact Monica R. Thomas at monica.r.thomas.civ@usmc.mil or Michael Dobbins at michael.dobbins@usmc.mil for further information.
UPGRADE FWA AFS KITCHEN FIRE SUPPRESSION
Buyer not available
The Department of the Interior, specifically the Bureau of Land Management's Alaska Fire Service, is soliciting proposals for the upgrade of the kitchen fire suppression system at Fort Wainwright, Alaska. This project aims to enhance safety by installing a modern wet chemical extinguishing system in compliance with UL-300, NFPA 17A, and NFPA 96 standards, necessitated by the transition to vegetable oils in food preparation. The procurement emphasizes the importance of effective fire safety measures in public cooking facilities, with proposals due by April 30, 2025, at 4:00 PM Alaska Daylight Time. Interested contractors must ensure compliance with federal acquisition regulations and are encouraged to contact Michael Stewart at mlstewart@blm.gov or 907-356-5774 for further details.
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.
Fire Equipment Safety Personal Protective Equipment Industry Day
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is hosting a Fire Equipment Safety Personal Protective Equipment Industry Day at Tyndall Air Force Base, Florida, on June 17-18, 2025. This event aims to engage with industry partners to explore advancements in firefighter Personal Protective Equipment (PPE) and gather information on available products while assessing the industry's capacity for long-term contracts with the Department of the Air Force. The initiative is crucial for enhancing fire safety and emergency response capabilities, ensuring that personnel are equipped with high-quality protective gear that meets stringent safety standards. Interested vendors must register by May 16, 2025, for either in-person or virtual attendance, and can contact Matt Martinez at matthew.martinez.37@us.af.mil or Randall Jones at randall.jones.16@us.af.mil for further details.
Grease Trap Renewal
Buyer not available
The Department of Defense, through the Department of the Air Force, is soliciting proposals for grease trap cleaning and maintenance services at Scott Air Force Base in Illinois. The contractor will be responsible for providing all necessary labor, materials, and equipment to clean and maintain grease traps, ensuring compliance with federal and state regulations, particularly in USDA food preparation areas. This service is crucial for maintaining operational efficiency and environmental standards within military facilities. Proposals are due by May 2, 2025, and interested vendors are encouraged to attend a site visit on April 24, 2025. For further inquiries, contact Tymera Washington at tymera.washington@us.af.mil or Nicholas Weiss at nicholas.weiss.5@us.af.mil.
USCGC RAYMOND EVANS FIRE SURPRESSION SYSTEMS INSEPCTION
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors to perform inspection and certification of the FM200 and Galley Fixed Fire Suppression Systems aboard the USCGC RAYMOND EVANS (WPC 1110) located in Key West, Florida. The contractor will be required to travel to the cutter's homeport to conduct the necessary inspections in accordance with established procedures, with the service scheduled for the week of May 21, 2025, subject to confirmation by the cutter's Engineering Petty Officer. This procurement is critical for ensuring compliance with safety and operational standards for the Coast Guard's fire suppression systems, which are vital for the safety of personnel and equipment. Interested vendors must submit their Firm Fixed Price quotations by May 7, 2025, at 9:00 A.M. Eastern Standard Time, and can direct inquiries to Timothy Ford at timothy.s.ford@uscg.mil or Patricia Fremming at Patricia.M.Fremming@uscg.mil.
O2 Room Maintenance
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking responses from qualified small businesses for a maintenance contract focused on Oxygen Charging Stations at Hurlburt Field Air Force Base in Florida. The procurement aims to ensure the precision cleaning, testing, and calibration of Military Oxygen Systems, adhering to stringent Department of Defense standards and compliance requirements, including certifications from the Department of Transportation and METCAL standards. This opportunity is critical for maintaining operational safety and effectiveness of military-grade oxygen systems. Interested contractors must submit their capabilities and socio-economic status by May 1, 2025, with a maximum of three pages for their response, and can direct inquiries to A1C Edren Jash Pena at edrenjash.pena.1@us.af.mil or Rowan Thom at rowan.thom.1@us.af.mil.