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
    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. 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.loaiza_alzate@us.af.mil for further information.

    Files
    Title
    Posted
    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.
    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.
    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.
    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.
    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.
    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.
    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
    B711 Repair Water Line
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting bids for the "B711 Repair Water Line" project at Goodfellow Air Force Base in Texas. The project involves the repair of plumbing systems, including the restoration of a 4” copper pipe and associated concrete surfaces, wall finishes, and flooring, with a contract value estimated between $25,000 and $100,000. This procurement is crucial for maintaining the operational integrity of the base's facilities and ensuring compliance with safety and building codes. Interested contractors must submit their bids in a sealed format, with work expected to commence within 10 calendar days and be completed within 90 days of receiving the notice to proceed. For further inquiries, potential bidders can contact K. Shane Dunlap at kendol.dunlap@us.af.mil or Sarah Sasseen at sarah.sasseen@us.af.mil.
    FY25 Fire Department Propane
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the procurement of propane services for the Fairchild Air Force Base Fire Department for Fiscal Year 2025. The contract requires the delivery of approximately 11,363.6 gallons of commercial-grade propane on an as-needed basis, with a firm-fixed-price structure, emphasizing compliance with federal regulations and the necessity for timely service delivery. This procurement is crucial for supporting the training operations of the Fire Department, ensuring they have the necessary resources for effective firefighting capabilities. Interested small businesses must submit their quotes 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.
    CTX Building 202 Cooling Tower Media Replacement
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for the replacement of cooling tower media at Building 202 of the Central Texas Veterans Health Care System in Temple, Texas. This project, identified by solicitation number 36C25725Q0336, is specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and requires contractors to manage all aspects of the project, including labor, materials, and compliance with federal, state, and local regulations. The total award amount for this federal contract is $19 million, with a performance period of 120 days from the award date, and proposals must be submitted via email to Contract Specialist Taminie Panich by March 13, 2025, at 11:00 AM Central Time. Interested bidders are encouraged to submit technical questions by March 7, 2025, and must ensure active registration in the System for Award Management and certification by the Small Business Administration in Veteran Small Business Certification.
    LF Sump Pump Discharge Lines
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the repair and replacement of sump pump discharge lines at Malmstrom Air Force Base in Montana. The project, identified by solicitation number FA4626-25-R-0002, involves excavation, re-routing, and replacement of discharge lines for sumps SP102 and SP103, with a performance timeline of 180 calendar days following the notice to proceed. This initiative is crucial for maintaining military infrastructure and ensuring operational efficiency, with an estimated project cost ranging from $500,000 to $1,000,000. Interested contractors, particularly small businesses, must submit their proposals, including past performance references, by April 3, 2025, at 2:00 p.m. MDT, and can contact SrA Tamia Cash at tamia.cash@us.af.mil or Cody Babinecz at cody.babinecz@us.af.mil for further information.
    Replace FCU & AHU B1317
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the replacement of the Fan Control Unit (FCU) and Air Handling Unit (AHU) at Building 1317, Patrick Space Force Base, Florida. This project involves the replacement of four FCUs and two AHUs, along with necessary ductwork and electrical upgrades, aimed at enhancing HVAC system performance and maintaining operational efficiency. The estimated contract value ranges from $100,000 to $250,000, and it is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), with proposals due by March 31, 2025. Interested contractors can direct inquiries to SSgt Cassidy Richburg at cassidy.richburg@spaceforce.mil or Stephen Ortiz-Gonzalez at stephen.ortiz-gonzalez@spaceforce.mil for further information.
    SXHT 23-1030 Repair HVAC B535
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is preparing to solicit bids for the repair of HVAC systems at Patrick Air Force Base in Florida under the project FA2521-25-B-0003. This project entails comprehensive work including the replacement of air handlers, installation of return ducts, evaluation of existing ductwork, and improvements to humidity control, all in compliance with Florida Building Codes and Wing Facility Excellence guidelines. The contract is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and has a projected duration of 274 calendar days, with an estimated construction magnitude between $1 million and $5 million. Interested bidders should note that the Invitation for Bid (IFB) is anticipated to be released around March 18, 2025, but funding is currently unavailable, and no contracts will be awarded until funds are secured. For inquiries, potential bidders can contact Madison Duarte at madison.duarte.1@spaceforce.mil or Patricia A. Bates at patricia.bates@spaceforce.mil.
    Goodfellow Grounds Maintenance FY25
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for grounds maintenance services at Goodfellow Air Force Base in Texas for fiscal year 2025. The contract, estimated at $9.5 million, encompasses a range of services including the maintenance of improved and unimproved grounds, irrigation systems, debris removal, pest control, and shrub pruning, all aimed at ensuring a well-maintained environment that supports the base's operational needs. This procurement is set aside for economically disadvantaged women-owned small businesses, emphasizing the government's commitment to fostering diversity in federal contracting. Interested parties should direct inquiries to SSgt Merrick Ferguson at merrick.ferguson.1@us.af.mil or 325-654-5310, and must adhere to the specified performance standards and wage determinations outlined in the solicitation documents.
    J012--Fire Alarm and Sprinkler System Maintenance Testing, and Inspection
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for the maintenance, testing, and inspection of fire alarm and sprinkler systems at the Michael E. DeBakey VA Medical Center in Houston, Texas. This procurement is specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) and includes a Firm-Fixed Price contract with a base period from March 14, 2025, to September 30, 2025, along with four optional one-year extensions. The services required are critical for ensuring compliance with safety standards and protecting the well-being of veterans and staff within the facility. Interested contractors must submit their proposals by February 28, 2025, with a site visit scheduled for February 20, 2025, and should direct any inquiries to Contract Specialist Tiffany Burks at tiffany.burks@va.gov or (601) 206-6945.
    Replace Spill Buckets at 4 Launch Facilities (FE Warren AFB, WY)
    Buyer not available
    The Department of Defense, through the U.S. Air Force, is soliciting proposals for the replacement of underground storage tank (UST) spill buckets at four launch facilities located at F.E. Warren Air Force Base in Wyoming. The project, designated as Project Number GHLN 25-0240, requires contractors to provide all necessary labor, materials, and equipment to ensure compliance with applicable standards, with a performance period of 120 calendar days from the notice to proceed. This initiative is critical for maintaining safety and environmental compliance at military installations, emphasizing the importance of effective hazardous material containment. Interested contractors should submit their proposals by April 14, 2025, and can direct inquiries to Jordyn Tkach at jordyn.tkach@us.af.mil or Liezel McIntyre at liezel.mcintyre@us.af.mil. The estimated project value ranges between $100,000 and $250,000, and compliance with the Davis-Bacon Act for wage determinations is required.
    VGLZ199555 Repair Fire Station Foundation Bldg. 859
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking qualified contractors for the repair of the foundation of Fire Station Building 859 at Selfridge Air National Guard Base in Michigan. The project, estimated to cost between $1 million and $5 million, involves addressing structural damage caused by settling issues, including the installation of helical piles, slab jacking, and extensive renovations to restroom facilities. This initiative is crucial for ensuring the safety and durability of the fire station, with construction anticipated to take place in 2025-2026. Interested parties, particularly small businesses, must submit expressions of interest by March 21, 2025, and can contact Steven Stocking at steven.stocking.2@us.af.mil or Anna Randall at anna.randall.1@us.af.mil for further details.