1232SA26Q0315 Amendment 0002 - Combination/Solicitation for Inspection/Testing Fire Detection-Suppression Systems and Fixed Chemical Extinguishing Systems/Portable Fire Extinguishers at USDS-ARS-USNA Washington D.C.

SOL #: 1232SA26Q0315Combined Synopsis/Solicitation

Overview

Buyer

Agriculture
Agricultural Research Service
USDA ARS AFM APD
BELTSVILLE, MD, 20705, United States

Place of Performance

DC

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
Mar 11, 2026
2
Last Updated
Apr 9, 2026
3
Submission Deadline
Apr 16, 2026, 5:00 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 U.S. Department of Agriculture (USDA), Agricultural Research Service (ARS), through its office at USDA ARS AFM APD, 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 opportunity. Offers are due by April 16, 2026, at 1:00 PM EDT.

Scope of Work

This requirement covers comprehensive inspection, testing, and maintenance services for all fire detection, suppression, fixed chemical extinguishing systems, and portable fire extinguishers at the USNA. Key deliverables 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, 12A, 17A, 96.
  • Annual and quarterly inspections of fire alarm systems per NFPA 72, including Fire Alarm Acceptance Testing.
  • Creation of an Excel spreadsheet inventory of all fire alarm and suppression system devices and equipment.
  • Replacement of all fire alarm panel batteries within the first 90 days of the base year.
  • Monitoring, maintenance, modification, adjustment, repair, inspection, testing, and certification of fire, smoke, and heat detection systems.
  • Emergency response requiring a technician on-site within 4 hours for Priority 1 (EMERGENCY) responses.

Contract Details

  • Type: Request for Quotation (RFQ), anticipated as a Firm-Fixed Price Purchase Order.
  • Duration: One base year plus four (4) one-year option periods, for a total potential duration from May 1, 2026, to April 30, 2031.
  • Set-Aside: Total Small Business Set-Aside (FAR 19.5).
  • NAICS Code: 561210, with a small business size standard of $47 Million.
  • Product/Service Code: H312 (Inspection And Laboratory Services: Fire Control Equipment).
  • Wage Determination: DOL WD 2015-4281 Rev 35 dated 12/3/2025 is applicable.

Key Dates & Amendments

  • Original Site Visit: Thursday, April 2, 2026, at 10:00 AM EDT.
  • Questions Due: April 8, 2026, at 1:00 PM EDT.
  • Offers Due: April 16, 2026, at 1:00 PM EDT.
  • Amendment 01: Changed site visit, extended questions and closing dates. Combined SF-1449 with Attachments I, II, and III.
  • Amendment 02: Amends SF1449 to include Option CLINs for additional option years and uploads Attachment IV - RFI questions/responses. It also incorporates the SF 1449 with the base plus four option year CLINs and confirms the period of performance.

Evaluation Criteria

Award will be based on "best value" to the Government, using a comparative evaluation methodology. Key factors include:

  • Relevant Experience: Demonstrated experience performing similar work in scope, size, and complexity.
  • Past Performance: Evaluation of recency, relevancy, and quality.
  • Price: Evaluation of pricing, including quantity price discounts and prompt payment discounts. Offerors must submit pricing for all items to be considered responsive and agree to hold prices firm for 90 calendar days.

Additional Notes

Responses to vendor questions clarify that the incumbent contractor was Media Plumbing and Heating, INC. under predecessor contract 12305B23F0094. The contract is specifically for the USNA, with no work at the Beltsville, MD campus. The Government will furnish replacement fire extinguishers, and repairs to non-functioning systems will be separate billable items. Fire Watch will be provided by USNA Staff.

Contact: Theodore Blume, Theodore.Blume@usda.gov.

People

Points of Contact

Theodore BlumePRIMARY

Files

Files

Download
Download
Download
Download
Download
Download
Download
Download
Download
Download

Versions

Version 3Viewing
Combined Synopsis/Solicitation
Posted: Apr 9, 2026
Version 2
Combined Synopsis/Solicitation
Posted: Mar 25, 2026
View
Version 1
Combined Synopsis/Solicitation
Posted: Mar 11, 2026
View