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 633d Contracting Squadron, Department of the Air Force, is soliciting quotes for Fire Suppression System Services at Joint Base Langley-Eustis (Fort Eustis), VA. This opportunity covers the Inspection, Testing, Maintenance (ITM), and Repair of pre-engineered fire suppression systems. This is a 100% Total Small Business Set-Aside.
Scope of Work
The contractor will provide all labor, materials, and equipment for ITM and repairs of various fire suppression systems, including Clean Agent "FM-200", Residential kitchen hood and duct, and Wet Chemical systems. Services must comply with Unified Facilities Criteria (UFC) 3-601-02, NFPA standards (NFPA 2001, 17A, 96), manufacturer specifications, and Underwriters Laboratories (UL) standards. Key tasks include submitting service schedules, initial status reports, and detailed inspection reports. The base contract pricing covers testing and inspections, with repairs and replacement parts requiring separate approval, not to exceed $5,000 annually.
Contract Details
- Contract Type: Firm-Fixed-Price Purchase Order
- Period of Performance: Base Year + Option Year 1
- Set-Aside: 100% Total Small Business
- NAICS Code: 561210 (Size Standard: $47,000,000)
- Place of Performance: Joint Base Langley-Eustis (Fort Eustis), VA
- Wage Determination: Incorporates U.S. Department of Labor Wage Determination No. 2015-4341, Revision No. 32, outlining minimum wage rates and fringe benefits.
Key Requirements & Clarifications
Offerors must possess current and valid certifications for both FM200 and Captive Aire Core Electronic Detection Systems. Historical inspection data and official responses to industry questions have been provided. As-built drawings are not available, but system quantities are in attachments. FM200 hose testing is past due per NFPA 2001. Technicians must coordinate with the on-site fire dispatch center for system testing. A 90-day warranty on work performed is required.
Submission & Evaluation
Quotes must be submitted on company letterhead, itemized with unit and extended prices. Award will be made based on the Lowest Price Technically Acceptable (LPTA) method. Technical capability will be evaluated as "Acceptable" or "Unacceptable" based on PWS requirements, with an "Acceptable" rating mandatory for award. Offerors must be registered in SAM.gov.
Important Dates & Contacts
- Site Visit (Highly Recommended): February 24, 2026, at 14:00 EST. RSVP by February 20, 2026, 12:00 EST to mehran.amini_tehrani.1@us.af.mil for facility access.
- Questions Due: February 27, 2026, 12:00 EST to SrA Mehran Amini Tehrani (mehran.amini_tehrani.1@us.af.mil).
- Proposal Due Date: March 13, 2026, 12:00 PM EST. No late quotes will be accepted.
- Primary Contact: SrA Mehran Amini Tehrani (mehran.amini_tehrani.1@us.af.mil).