B3323 Fire Riser
ID: FA303025Q0020Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA3030 17 CONS CCGOODFELLOW AFB, TX, 76908-4705, USA

NAICS

Commercial and Institutional Building Construction (236220)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- FIRE CONTROL EQUIPMENT (J012)

Set Aside

Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14) (SDVOSBC)
Timeline
  1. 1
    Posted Feb 28, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 11, 2025, 12:00 AM UTC
  3. 3
    Due Apr 11, 2025, 9:00 PM UTC
Description

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. The procurement involves the removal of an existing pre-action fire riser valve and associated piping, followed by the installation of a new valve and necessary components to ensure compliance with fire safety standards. This project is critical for maintaining operational safety and compliance within military infrastructure, with a budget under $25,000 and a size standard of $45 million under NAICS code 236220. Interested contractors must submit their proposals by April 11, 2025, and are encouraged to contact Ryan Ramjit at ryan.ramjit.2@us.af.mil or SrA Gonzalo Loaiza at gonzalo.loaiza_alzate@us.af.mil for further details and clarification on the solicitation requirements.

Files
Title
Posted
Apr 11, 2025, 3:13 PM UTC
This memorandum from the 17th Training Wing at Goodfellow Air Force Base, dated February 28, 2025, requests unescorted access passes for non-ID card holding guests participating in a pre-award site visit related to a Fire Riser requirement. The document specifies the business involved, the need for access to Building 3323, and outlines the identities and required information of the contractor or guest needing periodic access to various buildings on the base. It emphasizes the necessity for visitors operating vehicles on the base to possess valid driver’s licenses, vehicle registrations, and proof of insurance. Furthermore, the memorandum asserts a commitment to returning the access pass upon completion of the visit. For inquiries, contact details of the contract specialist and a secondary point of contact are provided, concluding with a note designating the document as Controlled Unclassified Information (CUI) and limiting dissemination to federal contract purposes. The memo underscores protocols related to base access, ensuring security and regulatory compliance during the contractor's visit.
Apr 11, 2025, 3:13 PM UTC
The Statement of Work (SOW) for the replacement of the pre-action fire riser at Goodfellow Air Force Base outlines the required procedures and standards for this project. The contractor is responsible for removing the existing pre-action fire riser valve and associated piping, installing a new valve, and certifying the entire system to ensure operational compliance. Work is set to occur over 60 days, emphasizing coordination with ongoing operations in an occupied facility to minimize disruptions. The SOW details environmental and safety compliance requirements, including management of hazardous materials, waste disposal, and adherence to local and federal regulations. Key tasks involve ensuring the site is maintained safely and reporting any hazardous materials encountered. Thorough documentation of materials and warranties is necessary, alongside pre-work inspections and post-installation certifications. Overall, the document reflects the U.S. government's commitment to maintaining safety standards while executing essential infrastructure upgrades.
Apr 11, 2025, 3:13 PM UTC
The document addresses the coordination and requirements for the recertification and deactivation of a fire alarm panel as part of a Statement of Work (SOW) related to fire protection systems. It outlines that the Fire Protection team must be informed for recertification, coordinated through the 17 CES. Additionally, Garret Emmons acts as the point of contact for deactivating the fire alarm panel. Various technical queries are answered, confirming no nitrogen generator is required nor any preferred manufacturers for the pre-action valve or sensors. The document emphasizes the need for the cost estimate to remain under $25,000 and clarifies that the warranty for labor is one year, while parts must have a five-year warranty. It also specifies the absence of an exterior fire-riser and identifies the location of the mechanical room as the primary site. This summary highlights the essential elements of the government request for proposal, focusing on compliance, coordination, and installation standards relevant to fire safety systems.
Apr 11, 2025, 3:13 PM UTC
Apr 11, 2025, 3:13 PM UTC
The Standard Operating Procedure (SOP) for Contractor Chemical Tracking at Goodfellow Air Force Base outlines essential requirements for managing hazardous materials, air emissions, and construction debris within Department of Defense (DoD) installations. The document mandates that all contractors must track and report their usage of chemicals and materials to ensure compliance with federal, state, and local regulations. Key points include the necessity for contractors to submit a Hazardous Materials Usage Tracking Form and Safety Data Sheets (SDS) for each chemical used, detailing usage location and disposal methods. The SOP emphasizes the importance of maintaining accurate environmental records and compliance with environmental laws, including the Emergency Planning and Community Right-To-Know Act (EPCRA) and various Federal Acquisition Regulations (FAR). Additionally, reporting requirements stipulate that contractors provide monthly updates on hazardous materials used, and any new materials introduced must receive prior approval. Ultimately, the SOP serves to enforce accountability and environmental stewardship within military installations, reflecting the commitment of the Air Force to adhere to environmental regulations and safety standards in its operations.
Apr 11, 2025, 3:13 PM UTC
The document discusses various aspects related to government RFPs (Requests for Proposals), federal grants, and state or local funding opportunities. The main topic centers on the procurement process, emphasizing the importance of adhering to specific guidelines and compliance requirements set forth by government agencies when applying for and utilizing these funds. Furthermore, it outlines the aspects that organizations should consider, such as eligibility criteria, submission timelines, and documentation requirements. By focusing on securing funding through accurately completed proposals, potential applicants increase their chances of receiving financial support for projects that align with governmental priorities. Overall, the document serves as a comprehensive guide for entities looking to navigate the complex landscape of government funding, highlighting best practices and essential protocols to ensure successful proposals.
Apr 11, 2025, 3:13 PM UTC
The document outlines a Schedule of Material Submittals for the project B3323 Pre-Action Fire Riser, in connection with Opportunity Number 1148284 and Capital Project 1142505. It includes detailed requirements for various submissions, such as manufacturer's specifications, safety policies, warranties, and waste disposal plans. Each item is referenced by a specific paragraph from the contract, noting how many copies are required and when submission is expected—ranging from prior to the start of work to after final acceptance by the government. The document specifies the necessity for compliance with safety protocols and environmental regulations, detailing the requirements for hazardous material handling and waste management. Each submission must be certified, and the contractor is responsible for adhering to the timelines established to ensure project progression. Overall, the document serves an important role in ensuring that all materials and practices align with contractual obligations and safety standards in accordance with government regulations.
Apr 11, 2025, 3:13 PM UTC
The document outlines the minimum salient characteristics required for a Fire Riser Assembly related to government contracting. Key components specified include a 2-inch pre-action valve and various black iron pipes (schedule 40), as well as necessary fittings like malleable 90-degree elbows and tee connections. Additional components include an angle valve, a fire gate valve, a swing check valve with a ball drip, pipe stands, and pressure gauges. These specifications indicate the need for robust and compliant fire protection systems essential in governmental projects, ensuring adherence to safety and operational standards. This document is likely part of a request for proposals (RFP) focusing on fire safety infrastructure within federal or local government projects, necessitating reliability and performance in fire suppression systems. The detailed technical specifications ensure that contractors meet the required standards for fire safety installations.
Apr 11, 2025, 3:13 PM UTC
The document presents a Request for Proposal (RFP) for construction work at Goodfellow Air Force Base, specifically for the B3323 Fire Riser project. It outlines the contractor's responsibilities, requiring the removal of an existing fire-riser valve and installation of a new one, including associated piping. The solicitation number FA303025Q00200002 includes critical details like performance timelines, contract amounts under $25,000, and the need for performance and payment bonds. Key dates include a site visit on March 12, 2025, and the final deadline for questions on March 19, 2025. The project follows federal guidelines, including compliance with the Buy American Act relating to construction materials and specifics about contractor qualifications to prevent suspension or debarment. Additionally, it notes administrative details including payment procedures, inspection protocols, and responsibilities in case of contract delays or defaults. This RFP functions as a formal request to solicit bids from vendors for necessary construction activities while ensuring compliance with federal standards, emphasizing the importance of proper documentation and adherence to established timelines throughout the contracting process.
Apr 11, 2025, 3:13 PM UTC
The document presents a solicitation for construction work at Goodfellow Air Force Base, specifically for the removal and replacement of a pre-action fire riser valve and associated piping. The project, titled "B3323 Fire Riser," is set to start performance within 10 calendar days of award, with the overall project to be completed within 60 calendar days. Proposals must adhere to stipulations like providing performance and payment bonds, ensuring compliance with work requirements, and completing submissions by specified deadlines. The total value of the project is under $25,000, and eligible offerors must not be debarred or suspended. The solicitation also details important dates for base access letter submissions, site visits, and queries, ensuring transparency and collaboration among potential contractors. Key regulations and clauses referenced in the solicitation underscore the project's compliance obligations, including payment procedures and exceptions to the Buy American Act, highlighting the federal commitment to local and equitable procurement practices. This document exemplifies the structured approach to federal contracting and the specific requirements for executing government-funded construction projects.
Apr 11, 2025, 3:13 PM UTC
The government solicitation document outlines a Request for Proposal (RFP) for construction services at Goodfellow Air Force Base in Texas. The project, titled "B3323 Fire Riser," involves removing and disposing of a pre-action fire-riser valve and its associated piping, followed by the provision and installation of a new valve and piping system. Bids are required to be submitted by 10 April 2025, with a public opening scheduled for 11 April 2025. Contractors must secure any necessary performance and payment bonds and can expect a performance period of 60 days post-award. The solicitation emphasizes compliance with regulations regarding domestic materials and specifies the payment process, which includes provisions for progress payments. Additionally, contractors must confirm their status as eligible bidders by being free of any debarment or suspension. The process also entails a site visit, deadlines for inquiries, and stringent adherence to the outlined specifications and regulations. Overall, the solicitation serves as a guide for qualified contractors to participate in the procurement for both safety compliance and project execution.
Apr 11, 2025, 3:13 PM UTC
This document outlines a solicitation for construction work at Goodfellow Air Force Base, specifically the removal and replacement of a fire riser valve and associated piping. The project, titled "B3323 Fire Riser," requires the contractor to begin work within 10 calendar days of the notice to proceed and complete it within 60 days. Sealed bids are accepted until April 11, 2025, with a project budget under $25,000 and a size standard set at $45 million under NAICS code 236220. Bidders must comply with several requirements, including providing performance bonds and addressing additional solicitation requirements. A site visit is scheduled for April 7, 2025, and questions are due by April 9, 2025. Key clauses governing the contract include inspection standards, contract administration processes, and requirements ensuring adherence to the Buy American Act. The contracting officer for this solicitation is Gonzalo Loaiza. This solicitation reflects federal efforts to maintain and improve military infrastructure while adhering to budget constraints and regulatory standards surrounding construction practices and contractor qualifications.
Apr 11, 2025, 3:13 PM UTC
This document serves as an amendment to a solicitation regarding a contract modification for Goodfellow Air Force Base, specifically focused on the added details for facility drawings that depict the location of the Fire Riser within Building B3323. The amendment extends the deadline for offers but requires acknowledgment of the amendment prior to the specified time. Contractors have several options for acknowledgment, including returning copies of the amendment or referencing it within their offers. It clarifies that changes to previously submitted offers are permitted if communicated before the deadline. Additional administrative changes and data management details are also noted, outlining the procedural framework under FAR regulations. The document emphasizes the need to comply with contractual terms while detailing the newly attached floor plans that will assist in understanding the structural changes related to fire safety.
Apr 11, 2025, 3:13 PM UTC
The document is an amendment to a solicitation, specifically regarding changes made to the due date for submitting offers. Initially set for March 26, 2025, at 4 PM, the deadline is extended to April 4, 2025, at the same time. The amendment emphasizes the necessity for contractors to acknowledge receipt of the amendment to retain their offers, using specified methods such as returning copies of the amendment or referencing it in their submissions. The document outlines certain standardized forms and sections for contract modifications and clarifies that all previous terms and conditions of the original solicitation remain in effect unless explicitly changed. Key information includes the applicable North American Industry Classification System (NAICS) code and the contact details for the contracting officer. This amendment serves to facilitate clearer communication and ensure compliance among bidders, highlighting the government's protocol in the procurement process.
Apr 11, 2025, 3:13 PM UTC
The document appears to encompass various aspects related to federal funding opportunities, including Requests for Proposals (RFPs) and grants applicable to state and local entities. Its primary focus is on guiding potential applicants through the application process, outlining eligibility criteria, submission requirements, and timelines for funding opportunities. Key topics may include specific areas of interest for funding, such as technology, infrastructure, or social services, alongside potential funding amounts and matching fund requirements. The structure likely includes sections on eligibility definitions, evaluation criteria, and detailed instructions for proposal submission. Emphasizing compliance with federal regulations, the document stresses the importance of presenting clear, organized proposals that align with the outlined goals. Successful applicants must demonstrate their capacity to meet project goals effectively, ensuring budgetary responsibility and accountability throughout the funding period. In summary, this document serves as a comprehensive guide for agencies seeking federal support, addressing key components necessary for navigating the complex process of securing grants and RFPs while highlighting the government’s priorities in funding allocation.
Apr 11, 2025, 3:13 PM UTC
The document pertains to various federal and state/local RFPs and grants, focusing on specific projects that require adherence to government standards and regulations. It outlines the procedures for submitting proposals, criteria for evaluation, eligibility requirements, and the importance of compliance with federal guidelines. The document emphasizes the need for detailed plans and proper management of resources to ensure the intended goal of each project is met effectively. Key points include the necessity for proposals to demonstrate the ability to meet technical specifications, project management capabilities, and experience in similar projects. It also highlights the financial aspects, such as budget considerations and funding sources, which play a critical role in the evaluation of proposals. Additionally, the document mentions timelines for project completion and potential penalties for non-compliance. Overall, this file serves as an essential guide for applicants seeking federal and local funding for their projects, ensuring they align with government expectations and contribute positively to community development.
Apr 11, 2025, 3:13 PM UTC
The document outlines a federal Request for Proposals (RFP) aimed at developing innovative solutions for waste management in urban areas. It emphasizes the need for sustainable practices, urging bidders to focus on cutting-edge technologies that can enhance recycling rates and reduce landfill waste. Key objectives include improving waste separation processes, leveraging data analytics for efficiency, and promoting community engagement in waste reduction initiatives. The RFP describes eligibility criteria for applicants, estimated funding allocations, and a timeline for proposal submissions and project execution. Additionally, it stresses the importance of collaboration among local governments, private sector entities, and community organizations to achieve comprehensive waste management solutions that align with federal environmental goals. The document serves as a call to action for applicants to propose viable, impactful solutions that address urban waste challenges while adhering to sustainability and regulatory standards.
Lifecycle
Title
Type
B3323 Fire Riser
Currently viewing
Solicitation
Similar Opportunities
Replace Water Service Lines
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the replacement of water service lines at Goodfellow Air Force Base in San Angelo, Texas. The project requires contractors to provide new domestic water service lines, including all necessary plumbing, fittings, and connections, utilizing lead-free materials and conducting hydro-excavation of existing lines as specified in the Statement of Work. This initiative is crucial for ensuring the health and safety of base personnel by replacing contaminated water lines and enhancing the overall infrastructure of the base. The estimated project cost ranges between $100,000 and $250,000, with a bid submission deadline of May 2, 2025. Interested contractors must maintain an active registration in the System for Award Management (SAM) and can direct inquiries to SrA Gonzalo Loaiza at gonzalo.loaizaalzate@us.af.mil or Ryan Ramjit at ryan.ramjit.2@us.af.mil.
B521 Renovation - Goodfellow AFB
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is preparing to solicit bids for the renovation of Building 521, a Sensitive Compartmentalized Information Facility (SCIF) at Goodfellow Air Force Base in Texas. The project entails a comprehensive renovation that includes the demolition and replacement of structural, architectural, electrical, mechanical, telecommunications, and fire alarm systems, utilizing bridging documents to assist the design-build team. This significant renovation project, with an estimated value exceeding $10 million, is crucial for maintaining secure and functional facilities for defense operations. Interested contractors, particularly small businesses, are encouraged to reach out to Wayne Johnson at wayne.johnson.15@us.af.mil or John M. Hebdon at john.hebdon.1@us.af.mil for further details, as the solicitation is expected to be released soon.
PKA - B549 Repair Multiple Fire Alarm Panels
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking contractors for the "PKA - B549 Repair Multiple Fire Alarm Panels" project at Travis Air Force Base in California. The procurement involves the design and construction services necessary to upgrade and replace outdated fire alarm control panels in Building 549, which are no longer serviceable due to parts unavailability. This initiative is crucial for maintaining safety standards in federal facilities and ensuring compliance with various safety and regulatory codes. The project has an estimated value between $500,000 and $1,000,000, with a response deadline for proposals extended to May 6, 2025. Interested parties can contact SSgt Gabriel Sanderson at gabriel.sanderson@us.af.mil or Stephen Platt at stephen.platt.2@us.af.mil for further information.
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.
Barricade System Hydraulic Cylinder Installation
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting bids for the installation and replacement of hydraulic cylinders and related components for the barricade system at Goodfellow Air Force Base in Texas. The project requires contractors to provide all necessary components, including 3" x 10" hydraulic cylinders, hydraulic filters, and hydraulic fluid, ensuring compliance with specified manufacturer standards and safety regulations. This procurement is critical for maintaining operational security and safety at the base, particularly in preventing unauthorized vehicle access. Interested small businesses must submit their quotes by April 30, 2025, and are encouraged to attend a site visit on April 22, 2025, with all inquiries directed to Contract Specialist SrA Larenz Hernandez at larenz.hernandez@us.af.mil or (325) 654-3800.
Fire Alarm Maintenance
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for fire alarm maintenance services at Offutt Air Force Base in Nebraska. The project involves replacing and testing fire alarm control panels and devices in three buildings: Building 123, Building 441, and Building 584, ensuring compliance with safety standards and operational functionality. This procurement is part of a broader initiative to maintain secure facilities and is set aside for small businesses under the Total Small Business Set-Aside program, with an estimated contract value of $25 million. Interested vendors must submit their proposals by May 1, 2025, and can contact Morgan Hockaday at morgan.hockaday@us.af.mil or 402-232-5931 for further details.
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.
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.
PKA- B381 Elevator Repair
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the repair of three elevators at Travis Air Force Base in California under solicitation number FA442725R0011. The contractor will be responsible for providing all necessary design, labor, materials, and supervision to ensure compliance with safety and environmental standards, including the abatement of hazardous materials and adherence to relevant building codes. This project is critical for maintaining operational efficiency and safety at the base, with a firm-fixed-price contract structure that emphasizes compliance with federal acquisition regulations. Interested contractors must submit their bids by May 16, 2025, at 2:30 PM local time, and can direct inquiries to the primary contact, Johnathan Daniels, at johnathan.daniels.1@us.af.mil or by phone at 707-424-7726.
Construct Fire Base - Youngstown ARS, OH
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting bids for the construction of a new Base Fire Station at Youngstown Air Reserve Station in Ohio. This Design-Bid-Build project, identified as P2: 513392, encompasses the demolition of an existing structure and the construction of a 24,500 square-foot facility, which will include dorm rooms, offices, and vehicle bays, with an estimated project cost ranging from $10 million to $25 million. The initiative aims to enhance safety infrastructure at military facilities while adhering to stringent federal standards and regulations, including compliance with various building codes and safety protocols. Interested contractors must submit their proposals electronically by April 29, 2025, and are required to begin construction within 10 days of award, with project completion expected within 790 days. For further inquiries, contact Seth Dukes at seth.j.dukes@usace.army.mil or Meranda Booth at meranda.r.booth@usace.army.mil.