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. 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
    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 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.
    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 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.
    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 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.
    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 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.
    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.
    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.
    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.
    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.
    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.
    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
    B491 Fire Alarm Repair
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals from qualified small businesses for the repair of fire alarm systems at Facility B491, Offutt Air Force Base in Nebraska. The contractor will be responsible for providing all necessary equipment and labor to repair and rebuild the Simplex 4100ES Fire Alarm Control Panel, ensuring network communication with Facility B492 for fire pump activation. This project is critical for maintaining safety and compliance with fire control standards, and the total estimated award amount is $25 million. Interested parties must submit their proposals by January 5, 2026, and are encouraged to attend a site visit on December 16, 2025, with questions due by December 19, 2025. For further inquiries, contact SrA Jason Arizmendi at jason.arizmendi@us.af.mil or Lt Ryan Brewster at ryan.brewster.3@us.af.mil.
    Fire Alarm System Replacement, Mountain Home AFB
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for design-build services to replace the outdated fire alarm system at the Sagebrush Inn, Building 2320, located at Mountain Home Air Force Base in Idaho. The project requires the installation of a new addressable fire alarm system, including a comprehensive design, hazardous material surveys, and construction services, all in compliance with Unified Facility Criteria and relevant safety codes. This upgrade is critical to ensure the safety of the facility, which currently violates fire code requirements due to the lack of available replacement parts for the existing system. Interested contractors must submit their proposals by January 20, 2026, and can direct inquiries to primary contacts Cameron Smith and Taylor Inman via the provided email addresses. The estimated contract value ranges from $1 million to $5 million, with a performance period of 407 calendar days following the notice to proceed.
    NASIC DISTRICT COOLING PLANT
    Dept Of Defense
    The Department of Defense, through the Department of the Army, is soliciting proposals for the design and construction of a cooling plant at Wright Patterson Air Force Base in Ohio. This project, titled "NASIC District Cooling Plant," involves a significant construction effort with a magnitude estimated between $25 million and $100 million, categorized under NAICS code 238220 for Plumbing, Heating, and Air-Conditioning Contractors. The procurement is classified as full and open, with a specific requirement for a 10% price evaluation preference for HUBZone businesses, emphasizing the importance of compliance with federal regulations regarding business size classifications. Interested vendors should contact Chase Rost at chase.j.rost@usace.army.mil or Patrick J. Duggins at Patrick.J.Duggins@usace.army.mil for further details, and access to solicitation documents is available via the PIEE link provided in the solicitation posting.
    Replace Fire Sprinkler Dry Piping, B-232
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command Mid-Atlantic, is soliciting proposals for the replacement of fire sprinkler dry piping in Building 232 at Marine Corps Air Station Cherry Point, North Carolina. This project is exclusively open to specific Mechanical MACC contractors, including Mechworks Mechanical Contractors, Inc., North State Mechanical, Inc., and R&W Construction Company, Inc., with an estimated cost ranging from $250,000 to $500,000 and a completion deadline of 150 calendar days. The work involves the demolition of existing piping and installation of new systems, adhering to strict safety and regulatory standards, including compliance with the Davis-Bacon Act. Proposals are due by January 5, 2026, following a mandatory site visit on December 16, 2025, and interested contractors can reach out to Evan Dumke at evan.c.dumke.civ@us.navy.mil or Meghan J Hislop at meghan.j.hislop.civ@us.navy.mil for further inquiries.
    50 CES Burn Tower Maintenance Re-acquisition
    Dept Of Defense
    The Department of Defense, through the 50th Contracting Squadron, is seeking qualified contractors for the maintenance and inspection of the Fire Department Burn House and firefighting training props at Schriever Space Force Base (SSFB) in Colorado. The contractor will be responsible for providing all necessary labor, materials, and equipment to ensure compliance with National Fire Protection Association standards and manufacturers’ specifications, including annual inspections and emergency repairs. This total small business set-aside contract is structured for a single annual maintenance visit with options for up to four additional years, with quotes due by January 9, 2026, and questions accepted until December 29, 2025. Interested parties should contact Danielle Hunziker at danielle.hunziker@spaceforce.mil or David Anderson at david.anderson.182@spaceforce.mil for further details.
    Evaluate Fire Suppression Bldg. 126 at the Watervliet Arsenal, Watervliet , NY
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting proposals from qualified contractors to evaluate and modify the fire suppression system in Building 126 at the Watervliet Arsenal in New York. The project, valued at $19,500,000, involves the removal of existing shelving units, updating the fire suppression system to meet current codes, and providing stamped engineered drawings. This procurement is critical for ensuring the safety and compliance of the facility's fire suppression capabilities. Interested small businesses, particularly Women-Owned Small Businesses (WOSB), must submit their proposals electronically and adhere to various federal regulations, with the period of performance set from January 1, 2026, to March 31, 2026. A mandatory site visit is scheduled for December 17, 2025, and interested parties should contact Christopher Battiste at christopher.k.battiste.civ@army.mil for access arrangements.
    Hangar 3211 Fire Suppression Repair
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors for the Hangar 3211 Fire Suppression Repair project at Joint Base McGuire-Dix-Lakehurst in New Jersey. This project involves the demolition and removal of an existing High Expansion Foam fire suppression system and fire alarm system, followed by the installation of a new mass notification fire alarm and HEF system, along with related incidental work. The project is critical for ensuring the safety and operational readiness of the hangar, and it will be conducted in an occupied building, requiring careful coordination to minimize disruption. Interested parties, particularly Service-Disabled Veteran-Owned Small Businesses, should contact Kristen Rodgers at kristen.rodgers.1@us.af.mil or 609-754-4690 for further details.
    Ellsworth AFB Simplified Acquisition of Base Engineering Requirements (SABER)
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for the Simplified Acquisition of Base Engineering Requirements (SABER) at Ellsworth Air Force Base in South Dakota. This procurement aims to establish a firm-fixed price indefinite delivery indefinite quantity contract, where the selected contractor will provide all necessary personnel, equipment, transportation, and supplies to execute various task orders related to base engineering. The work is crucial for maintaining safe, sanitary, and operational conditions at the base, adhering to all applicable regulations. Proposals are due by July 10, 2025, with an anticipated award date of August 30, 2025. Interested contractors must be registered in the System of Award Management (SAM) and can direct inquiries to the primary contact, Samantha Hough, at samantha.hough.2@us.af.mil or 605-385-1730.
    RENOVATE CORROSION CONTROL HANGAR BLG 6626
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for the renovation of the Corrosion Control Hangar Building 6626 located at Barksdale Air Force Base in Louisiana. This project falls under the NAICS code 236220, which pertains to Commercial and Institutional Building Construction, and aims to repair or alter airfield structures as indicated by the PSC code Z2BZ. The opportunity is set aside for 8(a) sole source contractors, emphasizing the importance of supporting small businesses in federal contracting. Interested parties can obtain further details by logging into the Procurement Integrated Enterprise Environment (PIEE) and searching for solicitation number W9126G26RA042. For inquiries, contact Bijay Gurung at bijay.gurung@usace.army.mil or call 817-886-1018.
    B185 Cooling Tower Repairs
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the B185 Cooling Tower Repairs project at Offutt Air Force Base in Nebraska. The primary objective is to procure and replace two cooling tower fan transmissions, associated hardware, and a new fan motor for Tower 2, ensuring the proper functioning and maintenance of the cooling systems. This project is critical for maintaining operational efficiency and safety at the base, with a total estimated award amount of $19 million and a performance period scheduled from January 1, 2026, to March 31, 2026. Interested contractors must submit their offers by December 17, 2025, at 11:00 AM CST, and can direct inquiries to SSgt Eyvind Boyesen or Mr. Daniel Kuchar via the provided email addresses.