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 Annual Inspection and Repair of Fire Equipment and Systems. This is a Total Small Business Set-Aside procurement, issued as a Request for Quote (RFQ) under solicitation number W912EQ26QA026. An amendment has been issued to incorporate a bid schedule into the solicitation. The associated NAICS code is 541990. Quotes are due by May 1, 2026, at 3:00 PM Z.
Scope of Work
This requirement covers the annual and periodic inspection and servicing of fire equipment and systems. Key technical requirements include:
- Technicians must be currently registered and licensed to inspect and service portable and fixed fire extinguishing equipment in Tennessee, Arkansas, and Missouri.
- Contractors must possess a Re-tester Identification Number (RIN) issued by the Associate Administrator for Hazardous Material Safety.
- A Letter of Understanding from a chosen subcontractor is required, confirming their agreement to perform hydrostatic testing of cylinders for the contract duration, along with their RIN issuance letter.
Contract & Timeline
- Contract Type: Request for Quote (RFQ)
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
- NAICS Code: 541990 (Equipment And Materials Testing: Fire Control Equipment)
- Response Due: May 1, 2026, 3:00 PM Z
- Published Date: April 13, 2026
- Award Intent: The Government intends to award no more than two (2) Blanket Purchase Agreements (BPAs) from this solicitation.
Evaluation and Award Basis
Award will be made using the Lowest Price Technically Acceptable (LPTA) method, based on an overall assessment of technical capability, past performance, and price. The Government intends to award without discussions, so initial quotes should contain the best terms.
Evaluation Factors:
- Technical Acceptability: Capability to provide services as specified in the Scope of Work and meet the delivery schedule. Requires submission of proof of technician licensing, RIN issuance letter, and subcontractor RIN/LOA.
- Satisfactory Past Performance: Documentation of satisfactory performance on similar contracts, references, and potential review of PPIRS, CPARS, and FAPIIS.
- Price: Reasonableness will be determined by competitive quotes. Unrealistic or unbalanced prices may be rejected.
Submission Requirements
Offerors must ensure SAM.gov registration is active prior to award and throughout performance. Quotes must be submitted via email, marked with solicitation number W912EQ26QA026. Failure to submit sufficient documentation for technical acceptability, past performance, or price may result in quote rejection.
Contact Information
- Primary: Kirk Middleton (kirk.a.middleton@usace.army.mil, 901-544-0786)
- Alternate: Tommye Sepulveda (Tommye.B.Sepulveda@usace.army.mil, 901-579-3647)