1232SA26Q0315 Amendment 0001 - Combination/Solicitation for Inspection/Testing Fire Detection-Suppression Systems and Fixed Chemical Extinguishing Systems/Portable Fire Extinguishers at USDS-ARS-USNA Washington D.C.
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
Amendment 0001 to Solicitation 1232SA26Q0315 is issued by the USDA Agricultural Research Service (ARS) for Inspection/Testing Fire Detection-Suppression Systems and Fixed Chemical Extinguishing Systems/Portable Fire Extinguishers at the U.S. National Arboretum (USNA) in Washington D.C. This is a Total Small Business Set-Aside. Offers are due by April 16, 2026, at 1:00 PM EDT.
Scope of Work
The requirement is for comprehensive inspection, testing, and maintenance services for all fire detection, suppression, fixed chemical extinguishing systems, and portable fire extinguishers throughout USNA buildings. Services must comply with applicable NFPA codes (e.g., NFPA 10, 25, 12A, 17A, 96, 72). Key tasks include:
- Monthly, annual, and quarterly inspections, including 6-year maintenance for extinguishers, 5-year internal pipe examinations, and 3-year leak tests for suppression systems.
- Monthly fire pump churn tests and weekly fall weatherproofing.
- Annual and quarterly inspections for fire alarm systems, including acceptance testing.
- Replacement of all fire alarm panel batteries within the first 90 days of the base year.
- Monitoring, maintenance, modification, adjustment, repair, inspection, testing, and certification of fire, smoke, and heat detection systems.
- Creation of an Excel spreadsheet inventory of all fire alarm and suppression system devices.
- Provision of qualified, certified personnel and an emergency response team for alarms.
Contract Details
- Type: Request for Quotation (RFQ) for a Firm-Fixed Price Purchase Order.
- Duration: One base year (January 30, 2026 - January 29, 2027) with four (4) one-year option periods, for a total potential duration of five years (or five years and six months with FAR 52.217-8).
- Set-Aside: Total Small Business Set-Aside (FAR 19.5).
- NAICS Code: 561210, with a small business size standard of $47 Million.
- Product Service Code: H312 (Inspection And Laboratory Services: Fire Control Equipment).
Submission & Evaluation
Award will be based on a "best value" comparative evaluation, considering:
- Relevant Experience: Demonstrated experience in similar work.
- Past Performance: Recency, relevancy, and quality.
- Price: Evaluation of pricing, including discounts. Offerors must submit pricing for all items and agree to hold prices firm for 90 calendar days. Electronic invoices will be processed via the Invoice Processing Platform (IPP).
Key Dates & Contact
- Site Visit: April 2, 2026, at 10:00 AM EDT. Registration required (see Attachment I - Terms and Conditions).
- Questions Due: April 8, 2026, at 1:00 PM EDT. Submit via email using Attachment IV - Contractor RFI FORM.
- Offers Due: April 16, 2026, at 1:00 PM EDT.
- Contact: Theodore Blume, Theodore.Blume@usda.gov.
- Attachments: SF-1449, Terms and Conditions, Performance Work Statement (PWS), DOL Wage Determination (WD #2015-4281 Rev 35), Contractor RFI Form, and Past Performance Questionnaire.