1232SA26Q0315 - Combination/Solicitation for Inspection/Testing Fire Detection-Suppression Systems and Fixed Chemical Extinguishing Systems/Portable Fire Extinguishers at USDS-ARS-USNA Washington D.C.
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. Department of Agriculture (USDA), Agricultural Research Service (ARS), is soliciting quotations for Inspection and Testing Services for Fire Detection-Suppression Systems and Fixed Chemical Extinguishing Systems/Portable Fire Extinguishers at the U.S. National Arboretum (USNA) in Washington D.C. This is a Total Small Business Set-Aside acquisition. Quotations are due by April 14, 2026, at 5:00 PM ET.
Scope of Work
This opportunity requires comprehensive inspection, testing (including Fire Alarm Acceptance Testing), and maintenance services for all fire detection, suppression, fixed chemical extinguishing systems, and portable fire extinguishers throughout the USNA buildings. Key tasks include:
- Inspection, testing, and maintenance of portable fire extinguishers per NFPA 10.
- Inspection and quarterly testing of wet/dry chemical fire suppression systems per NFPA 25 and NFPA 12A/17A/96.
- Annual inspection of fire sprinkler systems and fire pumps, including 5-year internal pipe examinations and 3-year leak tests for dry pipe systems.
- Annual and quarterly inspections of fire alarm systems per NFPA 72, including fire alarm panel battery replacement within the first 90 days of the base year.
- Monitoring, maintaining, modifying, adjusting, repairing, inspecting, testing, and certifying fire, smoke, and heat detection systems.
- Creation of an Excel spreadsheet inventory of all fire alarm and suppression system devices and equipment.
Contract Details
- Contract Type: Firm-Fixed Price Purchase Order (Request for Quotation - RFQ).
- Set-Aside: Total Small Business Set-Aside (FAR 19.5).
- NAICS Code: 561210 (Facilities Support Services) with a small business size standard of $25 million.
- Period of Performance: One base year (January 30, 2026, through January 29, 2027) with four (4) one-year option periods, for a total potential duration of up to five years (or five years and six months if FAR 52.217-8 is exercised).
- Place of Performance: U.S. National Arboretum, Washington, D.C.
Submission & Evaluation
- Quotation Due Date: April 14, 2026, at 5:00 PM ET.
- Site Visit: A site visit is scheduled for Wednesday, March 25, 2026, at 10:00 AM EDT. Pre-registration is required by Tuesday, March 24, 2026. Refer to the Terms and Conditions for registration details.
- Questions Due: Tuesday, March 31, 2026, via email to Theodore.Blume@usda.gov using the provided RFI form (Attachment IV).
- Evaluation Criteria: Award will be made to the offeror representing the best value to the Government, based on factors including Relevant Experience, Past Performance, and Price.
- Quote Validity: Quotes must remain firm for 90 calendar days from the offer receipt date.
Additional Notes
This solicitation incorporates numerous FAR and AGAR clauses by reference. Bidders must comply with the Department of Labor Wage Determination (WD #2015-4281 Rev 35) for labor costs. The USDA Ombudsman Program for Agency Protests is available for dispute resolution, offering an alternative to external forums like the GAO.