Fire Panel Maintenance and Service for Sector Delaware Bay AOR
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 U.S. Coast Guard (USCG), under the Department of Homeland Security, is soliciting proposals for Fire Panel Maintenance and Service for the Sector Delaware Bay Area of Responsibility (AOR). This opportunity covers comprehensive inspection, testing, and emergency repair services for fire suppression systems across multiple USCG facilities in Pennsylvania, New Jersey, and Delaware. This acquisition is a 100% Small Business Set-Aside. Offers are due April 14, 2026, at 3:00 PM ET.
Purpose & Scope of Work
The work consists of providing all labor, equipment, material, transportation, and supervision required to conduct quarterly, semi-annual, and annual inspections on all fire suppression systems. Services must comply with manufacturer guidelines and applicable Local, State, and NFPA standards (NFPA 25, NFPA 72, NFPA 96). The scope includes fire panels, pumps, tanks, gauges, alarms, detectors, valves, standpipes, fire department connections, range hoods, and sprinklers. Hydrostatic testing of outdated fixed suppression system bottles is also required. Emergency service response must be provided within 24 hours of notification, with an annual not-to-exceed (NTE) limit of $5,000 per CLIN 4 for emergency services.
Period & Place of Performance
The contract will include a Base Year from July 1, 2026, to June 30, 2027, plus four option years. Services are required for USCG Sector Delaware Bay and various USCG Stations, including locations in Philadelphia, PA; Atlantic City, NJ; Ocean City, NJ; Point Pleasant Beach, NJ; Sea Isle City, NJ; Barnegat Light, NJ; Millville, NJ; Rehoboth Beach, DE; and Lewes, DE.
Contract Details & Set-Aside
This is a Solicitation for commercial products and services (Standard Form 1449). The acquisition is a 100% Small Business Set-Aside, specifically designated for HUBZone Small Business, Service-Disabled Veteran-Owned Small Business (SDVOSB), Women-Owned Small Business (WOSB), or Economically Disadvantaged Women-Owned Small Business (EDWOSB). The North American Industry Classification Standard (NAICS) code is 561621, with a size standard of $25 Million. Performance and Payment Bonds are required.
Submission & Evaluation
Offerors must complete blocks 12, 17, 23, 24, and 30 of the SF 1449 form. Evaluation criteria will be detailed in FAR 52.212-2. Offers may be submitted via email to Sergio.A.Cosby@uscg.mil. Bidders are strongly encouraged to conduct site visits to gain clarity on needs; contact information for each location's POC is provided in the "Sector AOR Fire Panel SOW" attachment. Offerors shall include individual cost estimates for each location for budgeting transparency.
Key Dates & Contact
- Offer Due Date: April 14, 2026, at 3:00 PM ET
- Published Date: March 24, 2026
- Contracting Officer: Sergio Cosby (sergio.a.cosby@uscg.mil, 206-815-2774)