Annual Inspection and Repair of Fire Equipment and Systems

SOL #: W912EQ26QA026Solicitation

Overview

Buyer

DEPT OF DEFENSE
Dept Of The Army
W07V ENDIST MEMPHIS
MEMPHIS, TN, 38103-1894, United States

Place of Performance

Place of performance not available

NAICS

All Other Professional (541990)

PSC

Equipment And Materials Testing: Fire Control Equipment (H212)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)

Timeline

1
Posted
Mar 31, 2026
2
Last Updated
May 1, 2026
3
Submission Deadline
May 6, 2026, 3:00 PM

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 Requests for Quote (RFQ) for Annual Inspection and Repair of Fire Equipment and Systems. This requirement, under solicitation number W912EQ26QA026, is a Total Small Business Set-Aside with the NAICS code 541990. The Government intends to award up to two (2) Blanket Purchase Agreements (BPAs). A site visit is scheduled for Thursday, April 30, 2026, at 9:30 AM CST. Quotes are due by May 6, 2026, at 3:00 PM CST.

Scope of Work

The contractor will provide annual and periodic inspection and servicing of fire equipment and systems. Key requirements include:

  • Technicians must be currently registered and licensed to inspect and service portable and fixed fire extinguishing equipment in Tennessee, Arkansas, and Missouri. Proof of licensing is required.
  • Contractors must possess a Re-tester Identification Number (RIN) issuance letter from the Associate Administrator for Hazardous Material Safety, verifiable via the PHMSA Cylinder Requalification Locator.
  • If using a subcontractor for hydrostatic testing, the subcontractor must also have a RIN issuance letter, and the contractor must provide a Letter of Understanding from the subcontractor agreeing to perform services for the contract duration.

Contract & Timeline

  • Type: Request for Quote (RFQ) leading to up to two (2) Blanket Purchase Agreements (BPAs).
  • Set-Aside: Total Small Business.
  • NAICS: 541990 (Equipment And Materials Testing: Fire Control Equipment).
  • Published: April 27, 2026.
  • Site Visit: Thursday, April 30, 2026, at 9:30 AM CST. Details for registration are in the attached amendment.
  • Quotes Due: May 6, 2026, at 3:00 PM CST.

Evaluation & Award

Award will be based on a Lowest Price Technically Acceptable (LPTA) methodology, considering:

  1. Technical Acceptability: Capability to provide services as specified in the Scope of Work and meet the delivery schedule, including required licenses and RINs.
  2. Satisfactory Past Performance: Documentation of similar past or current contracts, references, and potential review of PPIRS, CPARS, and FAPIIS.
  3. Price: Reasonableness determined by competitive quotes. The Government intends to award without discussions, so initial quotes should be comprehensive. Offerors must be registered in SAM.gov with the correct NAICS code prior to award.

Additional Notes

This solicitation incorporates a bid schedule via amendment. Quotes must be marked with solicitation number W912EQ26QA026 and emailed to Tommye Sepulveda (Tommye.B.Sepulveda@usace.army.mil, 901-579-3647) or Kirk A. Middleton (Kirk.A.Middleton@usace.army.mil, 901-544-0786).

People

Points of Contact

Files

Files

View
View
View
View

Versions

Version 4
Solicitation
Posted: May 1, 2026
View
Version 3Viewing
Solicitation
Posted: Apr 27, 2026
Version 2
Solicitation
Posted: Apr 13, 2026
View
Version 1
Solicitation
Posted: Mar 31, 2026
View