Fire Suppression System Services at Joint Base Langley-Eustis Solicitation for Inspection, Testing, Maintenance (ITM), and Repair (Amended)

SOL #: FA480026Q0019Combined Synopsis/Solicitation

Overview

Buyer

DEPT OF DEFENSE
Dept Of The Air Force
FA4800 633 CONS PKP
LANGLEY AFB, VA, 23665, United States

Place of Performance

Fort Eustis, VA

NAICS

Facilities Support Services (561210)

PSC

Inspection And Laboratory Services (Except Medical/Dental): Fire Control Equipment (H312)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)

Timeline

1
Posted
Feb 6, 2026
2
Last Updated
Apr 1, 2026
3
Submission Deadline
Apr 3, 2026, 8:30 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 Department of the Air Force, 633d Contracting Squadron, is soliciting proposals for Fire Suppression System Services at Joint Base Langley-Eustis (Fort Eustis), VA. This opportunity covers Inspection, Testing, Maintenance (ITM), and Repair of pre-engineered fire suppression systems. This is a 100% Total Small Business Set-Aside. Proposals are due by April 3, 2026, at 4:30 PM EST.

Scope of Work

The contractor shall 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. Key deliverables include annual and semi-annual inspections, with optional approved repairs as authorized by the Contracting Officer. Offerors must possess current and valid certifications for both FM200 and Captive Aire Core Electronic Detection Systems.

Contract Details

  • Contract Type: Firm-Fixed-Price Purchase Order
  • Period of Performance: Base Year + Option Year 1
  • Set-Aside: Total Small Business Set-Aside (FAR 19.5)
  • NAICS Code: 561210 (Size Standard: $47,000,000.00)
  • Place of Performance: Fort Eustis, VA

Key Amendments & Updates

Recent amendments have provided significant updates:

  • Proposal Due Date: Extended to April 3, 2026, at 4:30 PM EST.
  • Certification Requirements: Emphasized the need for current and valid certifications for FM200 and Captive Aire Core Electronic Detection Systems.
  • CLIN Quantity Changes: Updated total quantities for several Contract Line Item Numbers (CLINs), including reductions for Annual Inspection FM-200 Systems (from 9 to 8) and Semi-Annual Commercial Wet Inspections (from 45 to 38 each). An optional CLIN for Government approved repairs was added for $10,000.
  • Building List: An updated "Building List" was added on April 1, 2026, which details specific locations, system types, and inspection frequencies. The previous "Schedule of Systems and Locations.pdf" was removed.
  • RFI Responses: Official responses to industry questions and historical inspection data have been released.
  • Site Visit: A site visit was rescheduled for February 24, 2026 (now passed), with attendance highly recommended due to project complexity.

Evaluation Criteria

Awards will be made based on the Lowest Price Technically Acceptable (LPTA). Technical capability will be evaluated as "Acceptable" or "Unacceptable" based on meeting Performance Work Statement (PWS) requirements. An "Acceptable" rating is mandatory for award. Price will be evaluated for fairness and reasonableness.

Submission Requirements

Offerors must submit an itemized quote on company letterhead. Contractors must be registered in the System for Award Management (SAM) database. The Wage Determination (No.: 2015-4341, Revision No.: 32) outlines minimum wage rates and fringe benefits that must be incorporated into cost proposals.

Contact Information

For questions, contact Gerell Johnson at gerell.johnson@us.af.mil or 757-225-5256.

People

Points of Contact

Chester TerrillSECONDARY

Files

Files

Download
Download
Download
Download
Download
Download
Download

Versions

Version 8Viewing
Combined Synopsis/Solicitation
Posted: Apr 1, 2026
Version 7
Combined Synopsis/Solicitation
Posted: Mar 27, 2026
View
Version 6
Combined Synopsis/Solicitation
Posted: Mar 26, 2026
View
Version 5
Combined Synopsis/Solicitation
Posted: Mar 9, 2026
View
Version 4
Combined Synopsis/Solicitation
Posted: Mar 6, 2026
View
Version 3
Combined Synopsis/Solicitation
Posted: Feb 26, 2026
View
Version 2
Combined Synopsis/Solicitation
Posted: Feb 17, 2026
View
Version 1
Combined Synopsis/Solicitation
Posted: Feb 6, 2026
View