Fire Panel Maintenance and Service for Sector Delaware Bay AOR
SOL #: 37050PR26FIREPANELSolicitation
Overview
Buyer
Homeland Security
Us Coast Guard
TRACEN CAPE MAY(00042)
CAPE MAY, NJ, 08204, United States
Place of Performance
Philadelphia, PA
NAICS
Security Systems Services (except Locksmiths) (561621)
PSC
Maintenance, Repair And Rebuilding Of Equipment: Alarm, Signal, And Security Detection Systems (J063)
Set Aside
Total Small Business Set-Aside (FAR 19.5) (SBA)
Original Source
Timeline
1
Posted
Mar 20, 2026
2
Last Updated
Mar 24, 2026
3
Submission Deadline
Apr 20, 2026, 7:00 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
The US COAST GUARD is soliciting proposals for Fire Panel Maintenance and Service for the Sector Delaware Bay Area of Responsibility (AOR). This opportunity is a Total Small Business Set-Aside and requires comprehensive inspection, testing, and emergency repair services for fire suppression systems across multiple USCG units in Pennsylvania, New Jersey, and Delaware. Offers are due by April 20, 2026.
Scope of Work
This contract requires providing all labor, equipment, material, transportation, and supervision for:
- Quarterly, semi-annual, and annual inspections of fire suppression systems, including fire panels, pumps, tanks, gauges, alarms, detectors, valves, standpipes, fire department connections, range hoods, and sprinklers.
- Hydrostatic testing of outdated fixed suppression system bottles.
- Ensuring all services comply with manufacturer guidelines and applicable Local, State, and NFPA standards (NFPA 25, NFPA 72, NFPA 96).
- Providing emergency service response within 24 hours of notification, with pre-approval required for work and materials. Emergency service is not-to-exceed (NTE) $5,000 annually per CLIN 4.
Contract & Timeline
- Type: Solicitation (SF-1442)
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
- Product Service Code: J063 (Maintenance, Repair And Rebuilding Of Equipment: Alarm, Signal, And Security Detection Systems)
- Period of Performance: Base Year: July 1, 2026 – June 30, 2027, with 4 option years.
- Offer Due Date: April 20, 2026, 7:00 PM ET
- Published Date: March 23, 2026
- Place of Performance: USCG Sector Delaware Bay and various USCG Stations including Atlantic City, Great Egg, Manasquan Inlet, Barnegat Light, Townsend Inlet, Fortescue, Indian River, and MSD Lewes.
Submission & Requirements
- Offers must be submitted by the due date and time, marked with the offeror's name, address, solicitation number, and due date/time.
- Performance and Payment Bonds are required.
- Offers must be valid for a minimum number of calendar days for Government acceptance (specified in Item 13d of SF-1442).
- Offerers shall include individual estimates for costs for each location for clear budgeting.
- Contractor personnel require identification badges and a detailed employee list must be provided to the COR two days prior to work commencement.
Additional Notes
- Bidders are strongly encouraged to conduct site visits to gain clarity on needs. POCs for each location are provided in the "Sector AOR Fire Panel SOW" attachment.
- Contractors must provide 48-hour advance notice for preventive maintenance scheduling.
- A single telephone number must be provided for 24/7 emergency call receipt.
- Contact: SERGIO COSBY (sergio.a.cosby@uscg.mil, 2068152774). Offers may be submitted via email to sergio.a.cosby@uscg.mil.
People
Points of Contact
SERGIO COSBYPRIMARY