Aircraft Fire Training Facility (AFTF) Inspection
ID: FA3099-24-Q-0020Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA3099 47 CONF CCLAUGHLIN AFB, TX, 78843-5101, USA

NAICS

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

PSC

INSPECTION- FIRE FIGHTING/RESCUE/SAFETY EQUIPMENT; ENVIRON PROTECT EQUIPMENT/MATLS (H342)

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 quotes for the annual inspection, maintenance, and certification of the Aircraft Fire Training Facility (AFTF) at Laughlin Air Force Base in Texas. The procurement aims to ensure compliance with national standards for aircraft crash firefighting and rescue training, requiring contractors to provide detailed inspection schedules, condition reports, and recommendations for facility modernization as outlined in the Performance Work Statement. This opportunity is critical for maintaining the operational readiness and safety of Air Force firefighting training facilities. Interested small businesses must submit their quotations by September 13, 2024, with questions due by September 5, 2024; for further inquiries, contact Jose Pina at jose.pina.3@us.af.mil or Karina Reyna at karina.reyna.1@us.af.mil.

    Files
    Title
    Posted
    The Performance Work Statement (PWS) outlines the requirements for conducting a comprehensive inspection and maintenance report for the Aircraft Fire Training Facility (AFTF) managed by the Fire & Emergency Services (F&ES). The primary purpose is to assess and ensure compliance with national standards for aircraft crash firefighting and rescue training at selected Department of Defense installations. The contractor is responsible for detailing an Implementation Work Plan, including inspection schedules, subcontractor qualifications, mobilization logistics, and adherence to applicable safety standards such as USAF Technical Orders and NFPA guidelines. Key deliverables include a thorough condition report highlighting discrepancies, cost estimates for repairs, and recommendations for modernizing the facilities. The document emphasizes the importance of maintaining an effective training environment for firefighters while ensuring their safety and operational readiness. Performance management metrics and timelines will be established, with inspections and quality assessments being vital components. Overall, the PWS reflects the government's commitment to sustaining high standards of fire and emergency services training through careful monitoring and upkeep of critical training facilities.
    This document is an attachment related to the Federal Acquisition Regulation, and although its precise contents are obscured by encoding errors, it appears to contain crucial information relevant to government RFPs (Requests for Proposals) and grant applications. The content likely discusses guidelines or requirements for contractors and organizations looking to participate in federal funding opportunities, detailing administrative protocols, application processes, and compliance expectations. In the context of federal grants and state/local RFPs, the document may outline project objectives, necessary qualifications, submission guidelines, and evaluation criteria, ultimately serving as a framework for organizations to align their proposals with government expectations. Additionally, it may address factors such as eligibility, funding limits, timelines for submission, and reporting requirements to ensure accountability. Given the focus on government contracts, the document likely aims to promote transparency and competitiveness in awarding contracts, safeguarding public funds, and fostering partnerships that align with governmental priorities. The text emphasizes adherence to regulatory frameworks while facilitating efficient project execution and reinforcing the federal commitment to directing resources effectively.
    The 47th Contracting Squadron at Laughlin Air Force Base is soliciting quotes for the annual inspection, maintenance, and certification of the Aircraft Fire Training Facility. This combined synopsis/solicitation serves as a Request for Quote (RFQ) under solicitation number FA309924Q0020, issued under FAR Parts 12 and 13. The solicitation is a Total Small Business Set Aside, adhering to the NAICS code 541990 with a size standard of $19.5 million. The contractor is expected to perform inspections and minor maintenance services as outlined in the Performance Work Statement, with funding contingent on availability. Quotation submissions are due by September 13, 2024, with any questions needing resolution by September 5, 2024. Other important provisions include compliance with various FAR clauses pertaining to commercial contracts, including representations and certifications, contract terms and conditions, and additional statutory requirements. The period of performance runs from September 30, 2024, extending potentially through March 31, 2030, with detailed requirements specified for each annual inspection cycle, emphasizing the importance of maintaining the facility to meet Air Force training standards and safety requirements.
    The document pertains to solicitation amendment FA3099-24-Q-0020-0001 related to the "Air Force Training Facility" (AFTF) Request for Proposal (RFP) from 47 Fire Department. It addresses a question raised regarding the inclusion of the Structural Live Fire Training Facility in the proposal and inspection cycle. The inquiry specifically asked for clarification on whether performance work scopes for the Structural Live Fire Training Facility, which requires inspections under NFPA 1403 / AFOSHA standards, should be included. The response indicates that the Structural Live Fire Trainer is excluded from this particular solicitation. This amendment is part of the ongoing effort to define project requirements clearly within federal government processes and ensure compliance with safety standards in fire training facilities. The document highlights the importance of precise communication in the RFP process to clarify expectations for bidders.
    The document concerns the solicitation amendment for the Air Force Training Facility (AFTF) with solicitation number FA3099-24-Q-0020-0001. It addresses questions related to the proposal process for constructing an airplane mockup and associated infrastructure. One key inquiry sought clarification on whether a Structural Live Fire Training Facility should be included in the proposal, to which the response confirmed it is not part of this solicitation. Another question related to the unspecified government allocation for Parts Reimbursement, with the government indicating that no specific amount can be provided, urging respondents to propose their own estimates. This document serves to clarify aspects of the request for proposal, stressing specific requirements and expectations for interested parties, while providing insights into the bidding process for federal projects focused on fire training infrastructure. Overall, it reflects the complexities inherent in government solicitations and the importance of clear communication between the government and potential contractors.
    Lifecycle
    Title
    Type
    Similar Opportunities
    FIGHTER WARBIRD P/TF-51 Service (5 Years)
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals from qualified small businesses for a five-year contract to provide Fighter Warbird services, including a single-engine P/TF-51 aircraft and qualified flight instructors, for the U.S. Air Force Test Pilot School at Edwards Air Force Base, California. The contract encompasses various services such as pilot instruction, maintenance personnel, sortie hours, ferrying, and fuel, with an anticipated performance period from October 1, 2024, to September 30, 2029. This procurement is critical for conducting qualitative evaluations and flying qualities curriculum flights, ensuring compliance with stringent safety and operational standards. Interested parties must submit their quotes electronically by September 12, 2024, to Justin Fobel at justin.fobel@us.af.mil and Maria Estevane at maria.estevane.1@us.af.mil, adhering to the specified guidelines and requirements outlined in the solicitation documents.
    Firefighting Foam Trailer
    Active
    Dept Of Defense
    The Department of Defense, through the 82d Contracting Squadron at Sheppard Air Force Base in Texas, is soliciting proposals for a 1000-gallon firefighting foam trailer under solicitation number FA302024Q0112. The procurement aims to enhance firefighting capabilities by acquiring a trailer that meets specific technical specifications, including a robust construction and operational features necessary for effective emergency response. This acquisition is exclusively set aside for small businesses, with proposals due by September 18, 2024, at 2:00 PM CST, and all quotes must remain valid through September 30, 2024. Interested vendors should direct their inquiries to Cole Jones or Ryan Kulpa via email, as funding for this contract is not currently available, and the government reserves the right to cancel the solicitation without obligation to reimburse vendors.
    MDG Building 383 Ambulance Bay Enclosure
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the construction of an Ambulance Bay Enclosure at Building 383, Laughlin Air Force Base in Texas. The project entails providing all necessary labor, materials, and supervision to enclose the ambulance bay, adhering to specified architectural plans and federal guidelines, with a total performance period of 75 calendar days divided into two phases. This construction is critical for enhancing emergency medical response capabilities at the base, ensuring compliance with safety and operational standards. Interested small businesses must submit their proposals by September 17, 2024, and can contact Joshua Centilli at joshua.centilli@us.af.mil or Rebecca Pelayo Ruelas at rebecca.pelayoruelas@us.af.mil for further details.
    Flightline Fire Extinguisher
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking qualified contractors to provide Flightline Fire Extinguisher Inspection and Maintenance Services for the California National Guard. The contract encompasses the inspection and maintenance of 87 Buckeye K-350 RG Portable Wheeled Fire Extinguishers across multiple airfields in California, including Mather Airfield, Stockton, Fresno, Camp Roberts, Camp San Luis Obispo, and Los Alamitos, ensuring compliance with NFPA-10 standards and federal regulations. This initiative is crucial for maintaining safety standards at military airfields, with a performance period extending from September 30, 2024, through September 2029. Interested small businesses must submit their proposals by September 16, 2024, and can direct inquiries to Kaipo Kim at kaipo.h.kim.civ@army.mil or by phone at 808-861-9563.
    Repair Fire Protection Tech Training, Multi Facilities project located at Sheppard AFB, Texas
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for the Repair Fire Protection Tech Training project at Sheppard Air Force Base in Texas. This procurement aims to address the repair and alteration of multiple facilities, utilizing a Two-Step Sealed Bidding method as outlined in FAR Part 14.5, with the first step focusing solely on technical proposals. The project is significant, with a construction magnitude estimated between $10 million and $25 million, and falls under the NAICS code 236220 for Commercial and Institutional Building Construction. Interested parties can reach out to Lindsey Byfield at lindsey.m.byfield@usace.army.mil or call 918-669-7070 for further details.
    Replace Foam Fire Suppression System with Water Deluge System
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the replacement of the existing Foam Fire Suppression System with a Water Deluge System at Laughlin Air Force Base, Texas. The project aims to enhance fire safety by removing the high expansion foam system and repairing the associated pump house, ensuring compliance with the Sundown Policy regarding the use of foam systems. This initiative is critical for maintaining operational readiness and safety standards in military facilities. Interested contractors must submit their proposals by the specified deadlines, with the estimated contract value ranging between $1,000,000 and $5,000,000, and a total performance period of 245 calendar days. For further inquiries, contact Alex Abram at alex.abram@us.af.mil or SSgt Katherine Wells at katherine.wells.4@us.af.mil.
    Fire Suppression System
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified small businesses to provide fire suppression services at Malmstrom Air Force Base (MAFB) in Montana. The procurement involves the annual inspection and maintenance of 266 portable fire extinguishers and bi-annual inspection, testing, maintenance, and recertification of 30 wet/dry chemical fire extinguishing systems, with a contract duration spanning one base year plus four optional years from October 1, 2024, to September 30, 2029. This initiative is crucial for ensuring the safety and compliance of fire protection measures at military installations. Interested contractors must submit their quotes by 2:00 PM MT on September 25, 2024, and direct any inquiries to the designated contacts, Lt. Randolph Foote and Viviana Castillo Ramirez, via the provided email addresses or phone numbers.
    Repair Tech Training Officer Dorm B700 & B709 at Goodfellow AFB, TX
    Active
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is conducting market research for a Sources Sought Announcement regarding the repair and renovation of the Technical Training Officer Dormitories (B700 and B709) at Goodfellow Air Force Base in Texas. The project involves comprehensive renovations of Dormitory B700, including upgrades to mechanical, plumbing, and electrical systems, as well as roofing and fire safety improvements, with B709 serving to support these systems. This opportunity is significant for small businesses, as the anticipated contract value ranges from $10 million to $25 million, with a performance period of 730 days, extendable to 760 days if options are exercised. Interested contractors are encouraged to express their interest by emailing Jason C. Aronce or John M. Hebdon by September 19, 2024, and should monitor the SAM.GOV website for further updates.
    Install Overhead Protection for K9 Training Area
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the installation of overhead protection at the K9 training area located at Laughlin Air Force Base in Texas. The project aims to enhance the safety and operational efficiency of K9 training by providing shade and preventing overheating of turf and equipment, with work including the installation of footings, lightning protection, and a structure to support metal panel roofing. This design-build contract has an estimated budget between $500,000 and $1,000,000, with a total performance period of 312 calendar days, divided into three phases. Interested contractors, particularly those certified as HUBZone small businesses, should contact Hayley Fenstermaker at hayley.fenstermaker.1@us.af.mil or SSgt. Eric Meshako at eric.meshako@us.af.mil for further details, and must be registered in the System for Award Management (SAM) to be eligible for award.
    Laser Engraver
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Air Force, is seeking proposals for the procurement of a new Laser Engraver for the 12th Flying Training Wing at Joint Base San Antonio, Texas. The selected contractor will be responsible for providing a certified laser engraver that meets specific operational requirements, including dual laser capabilities, installation, and training for approximately seven staff members, all within a 45-day timeframe post-award. This acquisition is critical for enhancing the operational capacity of the Air Force, allowing for efficient engraving of various materials while ensuring compliance with military standards. Interested vendors must submit their quotations by September 18, 2024, at 2:00 PM (CT), and can direct inquiries to Benjamin Windham at benjamin.windham.1@us.af.mil or Brian Cooper at brian.cooper.18@us.af.mil.