Annual Inspection and Repair of Fire Equipment and 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 U.S. Army Corps of Engineers, Memphis District, is soliciting quotes for the Annual Inspection and Repair of Fire Equipment and Systems under solicitation number W912EQ26QA026. This requirement is a Total Small Business Set-Aside and will be awarded as a Request for Quote (RFQ). The associated NAICS code is 541990. Responses are due by May 1, 2026, at 3:00 PM Z.
Scope of Work
This opportunity requires annual and periodic inspection and servicing of fire equipment and systems. Specific requirements include:
- Inspection and servicing of portable and fixed fire extinguishing equipment.
- Hydrostatic testing of cylinders, potentially through a chosen subcontractor.
Contract & Timeline
- Type: Request for Quote (RFQ)
- Set-Aside: Total Small Business (FAR 19.5)
- NAICS: 541990 (Equipment And Materials Testing: Fire Control Equipment)
- Response Due: May 1, 2026, 3:00 PM Z
- Published: March 31, 2026
- Award Intent: The Government intends to award no more than two (2) Blanket Purchase Agreements (BPAs) from this solicitation.
Evaluation
Award will be made using the Lowest Price Technically Acceptable (LPTA) method. Evaluation will be based on three factors:
- Technical Acceptability: Offerors must demonstrate the capability to provide services as specified in the Scope of Work and meet the delivery schedule. This includes:
- Technicians currently registered and licensed to inspect/service fire extinguishing equipment in Tennessee, Arkansas, and Missouri.
- Proof of Re-tester Identification Number (RIN) issuance letter from the Associate Administrator for Hazardous Material Safety.
- If using a subcontractor for hydrostatic testing, their RIN issuance letter and a Letter of Understanding.
- Satisfactory Past Performance: Contractors must provide documentation of satisfactory performance on similar contracts and references. The Government may also review sources like PPIRS, CPARS, and FAPIIS.
- Price: Price reasonableness will be determined by competitive quotes. The Government may reject quotes deemed not fair and reasonable, unrealistically high/low, or unbalanced.
The Government intends to evaluate quotes and award a contract without discussions, so initial quotes should contain the best terms.
Additional Notes
- All vendors must be registered in the System for Award Management (SAM) at www.sam.gov prior to award, and the applicable NAICS code (541990) must be in their SAM registration.
- Quotes must be submitted via email to Tommye.B.Sepulveda@usace.army.mil or Kirk.A.Middleton@usace.army.mil, clearly marked with solicitation number W912EQ26QA026.
- Failure to submit sufficient documentation for technical acceptability, past performance, or price may result in rejection of the quote.