H--DISTRICT FIRE EXTINGUISHER SERVICING
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 Bureau of Land Management (BLM) Oregon State Office is soliciting proposals for Fire Extinguisher Annual Servicing for its Northwest Oregon District Office. This is a 100% Small Business Set-Aside opportunity. Offers are due April 1, 2026, at 11:00 AM PDT.
Purpose & Scope
This Firm Fixed Price Commercial Services Contract requires annual inspections, 6-year recharges, and 12-year hydrostatic tests for portable dry chemical fire extinguishers. Services must adhere to NFPA 10 standards and will be performed across six BLM locations in Northwest Oregon: Salem, Springfield, Tillamook, Molalla, Eugene, and Willamina. The contractor must provide certified technicians and will be responsible for all waste materials and site restoration. An estimated quantity of 300 extinguishers (± 20%) will require servicing.
Contract Details
- Contract Type: Firm Fixed Price Commercial Services Contract.
- Set-Aside: 100% Small Business.
- Period of Performance: The contract period is from April 15, 2026, to December 31, 2028, consisting of a base period and two one-year option periods.
- Product Service Code: H312 (Inspection And Laboratory Services: Fire Control Equipment).
Submission & Evaluation
- Offer Due Date: April 1, 2026, 11:00 AM PDT.
- Questions Due: March 25, 2026, 5:00 PM PDT.
- Submission Method: Quotations must be submitted electronically via email.
- Evaluation Criteria: Award will be based on Price, considering the total price for all options.
Key Considerations for Bidders
Bidders must account for Service Contract Act Wage Determinations when preparing their proposals. Relevant wage determinations are provided for Clackamas, Yamhill, Lane, Marion, Polk, Clatsop, and Tillamook Counties, which are critical for accurately estimating labor costs and ensuring compliance. The contract includes various FAR clauses related to commercial products and services, labor standards, environmental requirements, and mandates electronic invoicing via IPP.
Point of Contact
All communication regarding this solicitation should be directed to Kevin J. Cochran via email at kevin_cochran@ios.doi.gov or phone at (503) 208-4855.