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
    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
    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.
    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.
    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.
    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.
    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
    FY25 Fire Department Propane
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting quotes for propane delivery services for the fiscal year 2025 at Fairchild Air Force Base in Washington. The procurement involves supplying a total of 11,363.6 gallons of commercial-grade propane, which will be delivered on an as-needed basis to support the Fire Department's training operations, with a firm-fixed-price contract structure. This opportunity is set aside for small businesses under NAICS code 457210 (Fuel Dealers), emphasizing the government's commitment to engaging small enterprises in essential service delivery. Interested vendors must submit their bids by March 7, 2025, and can direct inquiries to A1C Valerie Lawrence at valerie.lawrence@us.af.mil or 509-247-8138, with a total contract value capped at $20,000.
    B3323 Fire Riser
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the "B3323 Fire Riser" project at Goodfellow Air Force Base in Texas. This procurement involves the removal and replacement of a pre-action fire riser valve and associated piping, with a total project value under $25,000 and a completion timeline of 60 days from the start date, which is expected to be within 10 calendar days of contract award. The project is critical for maintaining fire safety infrastructure, ensuring compliance with safety and operational standards in government facilities. Interested contractors, particularly those classified as Service-Disabled Veteran-Owned Small Businesses (SDVOSB), must submit their proposals by the specified deadlines and can direct inquiries to Ryan Ramjit at ryan.ramjit.2@us.af.mil or SrA Gonzalo Loaiza at gonzalo.loaizaalzate@us.af.mil for further information.
    FY25 Hood and Duct Cleaning - Scott Air Force Base
    Buyer not available
    The Department of Defense, through the 375th Contracting Squadron, is soliciting quotes for a Hood and Duct Cleaning contract at Scott Air Force Base in Illinois, set to span from February 1, 2025, to January 31, 2030. The contract requires the cleaning of grease vapor exhaust systems, including hoods and ducts, to prevent grease accumulation, with inspections mandated every six months and compliance with NFPA 96 standards. This service is critical for maintaining safety and hygiene standards in military cooking facilities, ensuring operational integrity while minimizing disruption to base activities. Interested small businesses must submit their quotes by 10 AM CST on March 19, 2025, and are encouraged to attend a site visit on March 11, 2025, with prior registration required for base access. For further inquiries, contact Nicholas Weiss at nicholas.weiss.5@us.af.mil or 618-256-9288.
    Preventive Maintenance and Repair of Fire Suppression/Fire Alarm, Automatic Chemical Wash Systems and Hoods, Ducts, Fans & Filter Cleaning
    Buyer not available
    The Department of Defense, specifically the Army, is soliciting proposals for the preventive maintenance and repair of fire suppression and fire alarm systems, as well as automatic chemical wash systems and related cleaning services at various military facilities in Hawaii. The procurement aims to ensure the safety and operational readiness of these critical systems through semi-annual inspections, routine maintenance, emergency service calls, and compliance with established safety standards. This initiative underscores the importance of maintaining fire suppression infrastructure to uphold safety regulations in military operations. Interested small businesses, particularly those owned by veterans and women, are encouraged to submit their proposals by March 14, 2025, with further inquiries directed to Cierra Urquhart at cierra.s.urquhart.civ@army.mil or Kimberly Feng at kimberly.m.feng.civ@army.mil.
    Repair Fire Detection System Bldg. 1850
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the repair of the Fire Detection System in Building 1850 at Westover Air Reserve Base in Chicopee, Massachusetts. The project involves a complete overhaul of the existing fire alarm system, including the integration of a new Mass Notification System (MNS) to ensure compliance with fire safety regulations. This initiative is critical for maintaining safety standards in federal facilities and is set aside exclusively for small businesses, with an estimated contract value between $100,000 and $250,000. Interested contractors must submit sealed bids by April 1, 2025, following a site visit on March 11, 2025, and are encouraged to contact Douglas P. Fortin at douglas.fortin.1@us.af.mil or Ewa Gosselin at ewa.gosselin@us.af.mil for further information.
    Fire Department Hose and Ladder Inspections
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking qualified contractors to provide inspection and maintenance services for fire department hoses, ground ladders, and apparatus fire pumps at a facility in Martinsburg, West Virginia. The contractor will be responsible for conducting annual performance testing in compliance with National Fire Protection Association (NFPA) standards, which includes inspecting 15,000 feet of fire hose, 17 ground ladders, and six fire pumps, with a contract duration of one base year and four optional years. This procurement is crucial for ensuring the safety and operational readiness of firefighting equipment, thereby enhancing public safety. Interested parties, particularly small businesses, should note that the total contract value is approximately $19.5 million, with proposals due by March 7, 2025. For inquiries, contact Christopher P. Broschart at christopher.broschart@us.af.mil or Ryan E. Belfield at ryan.belfield@us.af.mil.
    Operation Support
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors to provide operation support at Tyndall Air Force Base in Florida. The procurement involves comprehensive management and labor support, including maintenance of facilities, construction, and assistance with Research Development Test and Evaluation (RDT&E) projects, while ensuring compliance with safety and environmental standards. This opportunity is crucial for maintaining operational readiness and stability at the air base, emphasizing the need for specialized contractors to support diverse tasks such as carpentry, plumbing, and hazardous material management. Interested parties can contact Cleville Yarbrough at cleville.yarbrough@us.af.mil or 850-283-8613 for further details, with the opportunity set aside for 8(a) certified businesses under NAICS code 541990.
    Dining Maintenance Services (Quarterly maintenance and acute on call repair services to include parts and labor)
    Buyer not available
    The Department of Defense, specifically the Air Force, is seeking a contractor to provide Dining Maintenance Services at the 96th Medical Group on Eglin Air Force Base in Florida. The procurement involves comprehensive maintenance services for commercial kitchen equipment, including quarterly preventive maintenance and 24/7 on-call repair services, adhering to standards set by OSHA, JCAHCO, and FDA regulations. This initiative is crucial for ensuring the operational efficiency and safety of food service operations within a healthcare setting. Interested parties capable of fulfilling these requirements must submit documentation of their capabilities by March 10, 2025, to Ashley Blair at christina.blair.3@us.af.mil, with the contract expected to commence on April 1, 2025, and extend through September 30, 2027.
    Amendment 1 Inspection and Cleaning of Vent Hood Exhausts and Inspection of Fire Suppression Systems
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for the inspection and cleaning of vent hood exhausts and fire suppression systems at Fort Johnson, Louisiana. This contract, designated as a Total Small Business Set-Aside, aims to ensure compliance with NFPA Standards 17A and 96, thereby minimizing fire hazards through regular maintenance and inspections. The total award amount is approximately $47 million, with the contract period extending from March 27, 2025, to March 26, 2028. Interested parties should contact Shannon S. Campbell at shannon.s.campbell.civ@army.mil or Sheila Banks at sheila.a.banks.civ@army.mil for further details and to confirm receipt of the solicitation and any amendments.
    Unfired Pressure Vessel (UPV) Inspections with Amendment 0003
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals from qualified small businesses for the inspection of Unfired Pressure Vessels (UPVs) at F.E. Warren Air Force Base in Wyoming. The contract, valued at $11,500,000, requires comprehensive internal and external inspections of 27 pressure vessels, ensuring compliance with federal and state regulations while assessing safety devices and conducting necessary hydrostatic tests. This procurement is critical for maintaining operational safety and integrity of the vessels, which are essential for various military operations. Interested contractors must submit their proposals by March 10, 2025, and can direct inquiries to Rebecca Behne at rebecca.behne@us.af.mil or Andrew Graef at andrew.graef.1@us.af.mil for further information.