437th MXG Inspection, Testing & Maintenance of Fire Extinguishers & Fire Extinguishing Systems
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 Air Force is conducting a Sources Sought for the 437th Maintenance Group (MXG) to identify qualified sources for Inspection, Testing, and Maintenance of Fire Extinguishers and Fire Extinguishing Systems for Fiscal Year 2027 (FY27) at Joint Base Charleston, SC. This market research aims to determine interest and capability for an anticipated small business set-aside. Responses are due May 8, 2026, by 5:00 PM EDT.
Scope of Work
The requirement involves providing all necessary tools, supplies, equipment, and labor to manage the 437 MXG's fire extinguisher program. This includes inventory, inspection, servicing, certification, maintenance, and testing of flight line, aircraft, building, and vehicle fire extinguishers, as well as certain fire systems and paint booths. Key tasks also include managing Halon and NOVEC 1230 agents, performing repairs, providing written estimates, and disposing of condemned extinguishers. Performance standards include maintaining a 90% in-commission rate for 150-pound wheeled extinguishers, completing repairs within specified timeframes, and submitting monthly reports. Contractors must also provide proof of State certification for servicing fire extinguishers and comply with relevant directives like NFPA 10, DAFMAN 91-203, and DoDI 6055.06.
Contract & Timeline
- Type: Sources Sought / Market Research
- Anticipated Set-Aside: Small Business
- NAICS: 541990 (Other Scientific and Technical Consulting Services) with a $19.5M size standard
- Response Due: May 8, 2026, 5:00 PM EDT
- Published: April 17, 2026
Submission Requirements
Interested firms should submit a capabilities package (not exceeding 5 pages) outlining their ability to meet the requirements. The package must include:
- Company's business size and status (e.g., 8(a), HUBZone, SDVOSB, WOSB, VOSB, Small Business)
- Anticipated teaming arrangements (if any, delineating prime/sub work)
- Description of similar services provided to government and commercial customers
- DUNS, CAGE Code, and SAM expiration date
- Three past references with contact information and contract numbers
- A quality control program and written safety plan.
Additional Notes
This is for information and planning purposes only and does not constitute a commitment by the Government. All contractors must be registered in SAM. Responses should be submitted electronically to Morgan Hart at morgan.hart.1@us.af.mil. Telephone responses will not be accepted.