AETC 12 MXG/RA Fire Extinguisher 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 502d Contracting Squadron Joint Base San Antonio (JBSA) Randolph Air Force Base is soliciting proposals for AETC 12 MXG/RA Fire Extinguisher Maintenance at JBSA Randolph, TX. This requirement is for the inspection, testing, maintenance, and repair of wheeled fire extinguishers. This acquisition is a Women-Owned Small Business (WOSB) 100% small business set-aside. Quotes are due by April 24, 2026, at 10:00 AM CDT.
Scope of Work
The contractor will provide all management, supervision, labor, tools, materials, equipment, and transportation necessary to sustain wheeled NOVEC 1230 Halocarbon fire extinguishers (150 lb.) through scheduled inspections, preventive maintenance, testing, repair, and painting. Services must comply with NFPA 10, manufacturer specifications, and the Performance Work Statement (PWS). All fire extinguishers will be consolidated at a single pickup and drop-off point on the installation. No reconditioned or used parts are acceptable.
Contract Details
- Contract Type: Firm Fixed Price
- Period of Performance: A base year (May 1, 2026 - April 30, 2027) and four option years, extending performance through April 30, 2031.
- Set-Aside: Women-Owned Small Business (WOSB) 100% small business set-aside.
- NAICS Code: 811310 (Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance) with a size standard of $12.5 million.
- Place of Performance: Joint Base San Antonio (JBSA) - Randolph, TX.
Submission & Evaluation
- Questions Due: April 21, 2026, 10:00 AM CDT (in writing).
- Quotes Due: April 24, 2026, 10:00 AM CDT, submitted via email.
- Quote Requirements: Must include unit and extended prices for all line items, Cage Code, and applicable Discount Terms. Pricing must be valid for 30 days.
- Evaluation Criteria: Lowest Price Technically Acceptable (LPTA), with technical acceptability determined on a pass/fail basis.
Special Requirements & Notes
- Personnel: Must possess applicable licenses, permits, and certifications (NFPA, local, state, federal), including a Certificate of Registration from the Texas State Board of Insurance. A National Agency Check (NAC) is required for all personnel, and employees must obtain and display identification badges (DBIDS).
- Safety & Security: Contractor is liable for government property damage and must carry Bodily Injury Liability ($500,000/occurrence) and Property Damage Liability insurance. Compliance with federal, state, local environmental laws, AFOSH Standards, and DoD/Air Force security regulations is mandatory.
- Documentation: Required deliverables include a Quality Control Plan (QCP) with the proposal, Maintenance/Service Reports, a Preventative Maintenance Plan (PMP) within 45 days of award, and a current list of all employees.
- Wage Determination: Attachment 2 provides critical wage rates and fringe benefits for the Texas counties of Atascosa, Bandera, Bexar, Comal, Guadalupe, Kendall, Medina, and Wilson, which bidders must use for accurate labor cost calculations.
- Maintenance Log: Attachment 1 (Excel spreadsheet) provides a detailed inventory and maintenance schedule for flight line equipment, specifically NOVEC items.