1st Armored Division (1AD) Combat Aviation Brigade (CAB) Flight Line Fire Extinguisher 12-Year Maintenance and Service
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 Army, specifically the 1st Armored Division (1AD) Combat Aviation Brigade (CAB), is soliciting proposals for 12-year maintenance and service of 56 government-owned 150lb BC (Amerex 490) fire extinguishers. This Total Small Business Set-Aside opportunity seeks non-personal services to ensure the integrity and operational readiness of flight line fire extinguishers at Biggs Army Airfield, Fort Bliss, Texas. Proposals are due February 25, 2026.
Scope of Work
The contractor will be responsible for the comprehensive 12-year maintenance, inspection, servicing, and recharge of 56 Amerex 490 fire extinguishers. This includes hydrostatic testing, valve rebuild, axle lubrication, UV spray coating, and certification. All services must strictly comply with NFPA 10 standards and the Amerex 490 Owners/Service Manual. The contractor is required to transport the extinguishers from Biggs Army Airfield facilities, perform services in lots of 6 every three days, and return them. The total duration for services is approximately five weeks. Key deliverables include a Quality Control Plan (QCP), Key Personnel Listing, Fire Extinguisher Service Certification, and a Service Contract Report (SCR). Contractor employees must be clearly identified, undergo background checks, and wear standard uniforms.
Contract Details
- Contract Type: Firm Fixed Price
- Period of Performance: March 2, 2026 to April 6, 2026
- Place of Performance: Fort Bliss, Texas, or the contractor's local facility.
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
- Product Service Code: J012 (Maintenance, Repair And Rebuilding Of Equipment: Fire Control Equipment)
- Agency: DEPT OF DEFENSE / DEPT OF THE ARMY, MICC-FDO FT HOOD
Submission & Evaluation
- Offer Due Date: February 25, 2026, 09:00 AM Local Time
- Submission Method: Electronically, in PDF or Microsoft Office formats.
- Evaluation Factors: Technical Capability, Past Performance, and Price. Technical capability and past performance are significantly more important than price.
Key Documents & Notes
A Wage Determination (No. 2015-5229, Revision No. 28) for El Paso and Hudspeth counties, Texas, is included, detailing minimum wage rates and fringe benefits (e.g., $5.55 per hour for Health & Welfare). Bidders must account for these labor costs. A Memorandum for Record justifies limiting competition under FAR 13.106-1(b)(1), citing that only the original manufacturer (Amerex) or a specifically certified service provider can legally and safely perform the required hydrostatic testing and certification due to proprietary procedures and safety requirements (NFPA 10, DOT 49 CFR). This indicates a strong preference for specialized expertise.
Contacts:
- Primary: Marvin E. Hopkins (marvin.e.hopkins4.mil@army.mil, 2542870958)
- Secondary: Komlan E. Dougah (komlan.e.dougah.mil@army.mil, 2542875508)