Annual Fire Alarm System, Sprinkler System and Fire Pump Inspection and Testing at San Jose ATCT
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
The Federal Aviation Administration (FAA) is conducting market research through a Request for Information (RFI) to identify capable sources for annual fire alarm system, sprinkler system, and fire pump inspection and testing at the Mineta San Jose International Airport Air Traffic Control Tower (ATCT) in Santa Clara, CA. This is for planning purposes only and is not a request for proposals. Responses are due May 18, 2026, at 5:00 PM EST.
Scope of Work
The requirement involves providing all supervision, work, equipment, and appurtenances for the annual inspection and testing of fire alarm systems, sprinkler systems, and fire pumps. The contractor must be experienced in testing these systems. Key personnel requirements include:
- Supervisor: Must be at a minimum, National Institute for Certification Engineering Technology (NICET) Level III and "manufacturer trained" on the system being tested.
- Staff: Must consist of fully equipped and trained technicians, at a minimum, NICET Level II certified.
Contract & Timeline
- Type: Sources Sought / Request for Information (RFI)
- NAICS Code: 561621, Security Systems Services (except Locksmiths)
- Set-Aside: None specified
- Response Due: May 18, 2026, 5:00 PM EST
- Published: May 11, 2026
- Place of Performance: Santa Clara, CA
Submission Requirements
Interested companies capable of providing these services are encouraged to respond with the following information:
- Company name, address, phone, email, and point of contact.
- Company UEI number and verification of active SAM registration.
- Company's business size (small or large) and any applicable small business status (e.g., Service-Disabled Veteran Owned, Woman Owned Small Business), verifiable in SAM and SBA.gov.
- A summary of technical expertise for this service, including references to relevant performed contracts (description, contract number, point of contact with phone number).
- A summary of the company's delivery capability and timeframe.
Additional Notes
This RFI is solely for government planning and market research. It does not commit the FAA to issue a solicitation or award a contract. The government will not pay for any information received or costs incurred in preparing responses.