Search Contract Opportunities

Wheeled Fire Extinguisher Maintenance - On Installation   2

ID: W911RX25QA062 • Type: Synopsis Solicitation • Match:  100%
Opportunity Assistant

Hello! Please let me know your questions about this opportunity. I will answer based on the available opportunity documents.

Please sign-in to link federal registration and award history to assistant. Sign in to upload a capability statement or catalogue for your company

Some suggestions:
Loading

Description

The 923rd /Mission and Installation Contracting Command (MICC) Fort Riley, Kansas intends to award an Indefinite Delivery Indefinite Quantity (IDIQ) for fire extinguisher maintenance services and related supplies. The Contractor shall provide all personnel, equipment, supplies, facilities, transportation, tools, materials, supervision, and other items and non personal services necessary to perform Fire Extinguisher Maintenance services for Fort Riley Kansas as defined in the Performance Work Statement (PWS).

Description of agreement. This is an Indefinite Delivery Indefinite Quantity (IDIQ). It is established in accordance with Federal Acquisition Regulation (FAR) 13.303 and Subpart 16.504. An IDIQ is An indefinite-quantity contract provides for an indefinite quantity, within stated limits, of supplies or services during a fixed period. The Government places orders for individual requirements. Quantity limits may be stated as number of units or as dollar values. .

The contractor shall inspect, service, hydrostatic test, recharge, and certify fire extinguishers. Services will include the six-year service and Demilling as directed to ensure fire extinguishers meet standards found in section 10 of the National Fire Protection Association (NFPA) and applicable Army regulations. The contractor shall provide inspection labels affixed to each fire extinguisher upon completion of services. The contractor shall provide these services on location at Fort Riley, Kansas.

The exact Fire Extinguisher to be serviced is the Amerex Model 490 (Wheeled), Purple K Potassium Bicarbonate Base. Service orders will be scheduled in advance, and will be between 10 and 12 Extinguishers per order. The entire fleet of extinguishers numbers 63 units.

The contract resultant from this solicitation will be structured as a Firm Fixed Price (FFP), Indefinite Delivery Indefinite Quantity, Base Year + 4 Option Years contract.

Background
The 923rd Mission and Installation Contracting Command (MICC) at Fort Riley, Kansas, intends to award an Indefinite Delivery Indefinite Quantity (IDIQ) contract for fire extinguisher maintenance services and related supplies.

The goal of this contract is to ensure that fire extinguishers meet the standards set by the National Fire Protection Association (NFPA) and applicable Army regulations, thereby supporting the safety and operational readiness of military installations.

Work Details
The contractor shall provide all personnel, equipment, supplies, facilities, transportation, tools, materials, supervision, and other items necessary to perform fire extinguisher maintenance services.

Specific tasks include: inspecting, servicing, hydrostatic testing, recharging, and certifying fire extinguishers; performing six-year service and demilitarization as directed; ensuring compliance with NFPA standards; providing inspection labels affixed to each serviced fire extinguisher; and scheduling service orders in advance for 10 to 12 extinguishers per order from a total fleet of 63 units.

The specific model to be serviced is the Amerex Model 490 (Wheeled), Purple K Potassium Bicarbonate Base.

Period of Performance
The estimated period of performance for the contract is from June 15, 2025 until June 14, 2030. This includes a base year followed by four option years.

Place of Performance
The services will be performed on location at Fort Riley, Kansas.

Overview

Response Deadline
July 11, 2025, 1:00 p.m. EDT Past Due
Posted
July 3, 2025, 2:55 p.m. EDT
Set Aside
Small Business (SBA)
Place of Performance
Fort Riley, KS 66442 United States
Source

Current SBA Size Standard
$12.5 Million
Pricing
Fixed Price
Evaluation Criteria
Lowest Price Technically Acceptable (LPTA)
Est. Level of Competition
Low
Vehicle Type
Indefinite Delivery Contract
Signs of Shaping
The solicitation is open for 7 days, below average for the MICC Fort Riley. 75% of obligations for similar contracts within the Department of the Army were awarded full & open.
On 7/3/25 MICC Fort Riley issued Synopsis Solicitation W911RX25QA062 for Wheeled Fire Extinguisher Maintenance - On Installation due 7/11/25. The opportunity was issued with a Small Business (SBA) set aside with NAICS 811310 (SBA Size Standard $12.5 Million) and PSC J012.
Primary Contact
Name
Noah Younger   Profile
Phone
None

Documents

Posted documents for Synopsis Solicitation W911RX25QA062

Opportunity Assistant


AI Analysis

Opportunity Lifecycle

Procurement notices related to Synopsis Solicitation W911RX25QA062

Award Notifications

Agency published notification of awards for Synopsis Solicitation W911RX25QA062

Incumbent or Similar Awards

Contracts Similar to Synopsis Solicitation W911RX25QA062

Potential Bidders and Partners

Awardees that have won contracts similar to Synopsis Solicitation W911RX25QA062

Similar Active Opportunities

Open contract opportunities similar to Synopsis Solicitation W911RX25QA062

Experts for Wheeled Fire Extinguisher Maintenance - On Installation

Recommended subject matter experts available for hire

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE ARMY > AMC > ACC > MISSION & INSTALLATION CONTRACTING COMMAND > 418TH CSB
FPDS Organization Code
2100-W911RX
Source Organization Code
500036856
Last Updated
July 26, 2025
Last Updated By
philip.e.melton.civ@army.mil
Archive Date
July 26, 2025