150-pound Amerex Wheeled Fire Extinguishers Testing and Maintenance
SOL #: M6700126Q0034Special Notice
Overview
Buyer
Dept Of Defense
Dept Of The Navy
COMMANDING GENERAL
CAMP LEJEUNE, NC, 28542-0004, United States
Place of Performance
Beaufort, SC
NAICS
Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance (811310)
PSC
Maintenance, Repair And Rebuilding Of Equipment: Fire Fighting, Rescue, And Safety Equipment; And Environmental Protection Equipment And Materials (J042)
Set Aside
Total Small Business Set-Aside (FAR 19.5) (SBA)
Original Source
Timeline
1
Posted
Mar 2, 2026
2
Last Updated
Mar 20, 2026
3
Action Date
Mar 30, 2026, 4:00 PM
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
This is an update to a Pre-Solicitation Notice from Marine Corps Installations East, clarifying that the previously announced solicitation number M6700126Q0034 is void. The official solicitation for 150-pound Amerex Wheeled Fire Extinguishers Testing and Maintenance at Marine Corps Air Station (MCAS) Beaufort, SC, is expected to be posted on SAM.gov around March 30, 2026. This opportunity is a Total Small Business Set-Aside.
Scope of Work
The contractor shall provide all labor, equipment, and materials for:
- Twelve-year hydrostatic testing of seventy-six (76) 150-pound Amerex Wheeled Fire Extinguishers (Item: 13J013; Mfr Model: 674).
- Six-year internal examination of the same extinguishers.
- Any required maintenance, repairs, testing, and recharging. All services must be performed on-site at MCAS Beaufort, SC; off-site maintenance, shipping, or equipment removal is not permitted. Services must comply with NFPA Standard 10, Standard for Portable Fire Extinguishers, Amerex Manual for 150-pound Wheeled Fire Extinguisher, and OSHA Regulation 1910.157.
Contract & Timeline
- Contract Type: Firm-Fixed-Price
- Set-Aside: 100% Small Business Set-Aside (FAR 19.5)
- NAICS Code: 811310 (Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance)
- Small Business Size Standard: $12.5 million
- Acquisition Method: FAR Part 12 (Acquisition of Commercial Products and Commercial Services)
- Period of Performance: Anticipated three-month period
- Solicitation Expected: On or around March 30, 2026
- Response Date: March 30, 2026, 4:00 PM EST
- Published Date: March 20, 2026
Eligibility Requirements
To be eligible for award, contractors must have active registrations in:
- System for Award Management (SAM): www.sam.gov
- Procurement Integrated Enterprise Environment (PIEE): www.piee.eb.mil
Contact Information
- Primary: Kasey King (kasey.king@usmc.mil)
- Secondary: Regina Hartley (regina.hartley@usmc.mil)
People
Points of Contact
Kasey KingPRIMARY
Regina HartleySECONDARY
Files
Files
No files attached to this opportunity
Versions
Version 2Viewing
Special Notice
Posted: Mar 20, 2026
Version 1
Pre-Solicitation
Posted: Mar 2, 2026