Fire Suppression System Services at Joint Base Langley-Eustis Solicitation for Inspection, Testing, Maintenance (ITM), and Repair (Amended)
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 Department of the Air Force, 633d Contracting Squadron, is soliciting quotes for Inspection, Testing, Maintenance (ITM), and Repair services for pre-engineered fire suppression systems at Joint Base Langley-Eustis (Fort Eustis), VA. This opportunity is a 100% Small Business Set-Aside. The latest amendment extends the proposal submission deadline to April 3, 2026, at 4:30 PM EST.
Scope of Work
The contractor will provide all labor, materials, supplies, equipment, and transportation for ITM and repairs of various fire suppression systems, including Clean Agent "FM-200", Residential kitchen hood, and Wet chemical systems. Services must comply with Unified Facilities Criteria (UFC) 3-601-02, National Fire Protection Association (NFPA) standards (NFPA 2001, NFPA 17A, NFPA 96), manufacturer specifications, and Underwriters Laboratories (UL) standards. Offerors must possess current and valid certifications for both FM200 and Captive Aire Core Electronic Detection Systems.
The scope includes annual inspections of FM-200 systems (reduced to 8 each), semi-annual commercial wet inspections (reduced to 38 each), semi-annual residential wet chemical systems (7 each), and optional government-approved repairs up to $10,000. A 90-day warranty on work performed is required.
Contract Details
- Type: Request for Quote (RFQ) leading to a Firm-Fixed-Price Purchase Order.
- NAICS: 561210 with a $47,000,000 size standard.
- Set-Aside: Total Small Business Set-Aside (FAR 19.5).
- Period of Performance: Base Year and Option Year 1.
- Place of Performance: Joint Base Langley-Eustis (Fort Eustis), VA.
Key Dates & Actions
- Site Visit: Rescheduled for February 24, 2026, at 14:00 EST. Attendance is highly recommended. Request access passes by February 20, 2026, 12:00 EST via email to mehran.amini_tehrani.1@us.af.mil.
- Questions Due: February 27, 2026, at 12:00 EST to mehran.amini_tehrani.1@us.af.mil.
- Proposal Due: April 3, 2026, at 4:30 PM EST. No late quotes will be accepted.
Evaluation Criteria
Award will be made based on the Lowest Price Technically Acceptable (LPTA). Technical capability will be evaluated as "Acceptable" or "Unacceptable," with an "Acceptable" rating required for award. Price will be evaluated for fairness and reasonableness.
Additional Notes
Offerors must be registered in the System for Award Management (SAM). The solicitation incorporates clauses from the Federal Acquisition Regulation (FAR). Official responses to industry questions and sanitized historical inspection data have been provided in recent amendments. Wage Determination No.: 2015-4341, Revision No.: 32, applies, outlining minimum wage rates and fringe benefits.