150-pound Amerex Wheeled Fire Extinguishers Testing and Maintenance
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 Navy, Marine Corps Installations East, has issued a pre-solicitation notice for 150-pound Amerex Wheeled Fire Extinguishers Testing and Maintenance at Marine Corps Air Station (MCAS) Beaufort, SC. This requirement is for a firm-fixed-price contract and is designated as a Total Small Business Set-Aside. The official solicitation (M6700126Q0034) is anticipated to be posted on SAM.gov around March 7, 2026, with an expected response date of March 9, 2026.
Scope of Work
The contractor shall provide all necessary labor, equipment, and materials to perform comprehensive fire extinguisher services. This includes:
- A twelve-year hydrostatic test.
- A six-year internal examination.
- Any required maintenance, repairs, testing, and recharging. These services are for seventy-six (76) 150-pound Amerex Wheeled Fire Extinguishers (Item: 13J013; Mfr Model: 674). All work must be performed on-site at MCAS Beaufort, SC; off-site maintenance, shipping, or removal of equipment is not permitted. Services must adhere to National Fire Protection Association (NFPA) Standard 10, the Amerex Manual for 150-pound Wheeled Fire Extinguisher, and OSHA Regulation 1910.157.
Contract & Acquisition Details
- Contract Type: Firm-Fixed-Price
- Set-Aside: Total Small Business (100%)
- NAICS Code: 811310 (Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance)
- Small Business Size Standard: $12.5 million
- Period of Performance: Three months
- Acquisition Method: FAR Part 12 (Acquisition of Commercial Products and Commercial Services)
- Solicitation Release: Anticipated around March 7, 2026
- Anticipated Proposal Due: March 9, 2026, at 4:30 PM EST
- Published Date: March 2, 2026
Eligibility & Point of Contact
To be eligible for award, contractors must maintain active registrations in the System for Award Management (SAM) and Procurement Integrated Enterprise Environment (PIEE). The primary point of contact for this notice is Kasey King, Contract Specialist, at kasey.king@usmc.mil or (910) 451-3018. Offerors are solely responsible for monitoring www.sam.gov for the official solicitation and any subsequent amendments.