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 seeking proposals for Annual Inspection and Repair of Fire Equipment and Systems under Solicitation Number W912EQ26QA026. This is a Total Small Business Set-Aside procurement. Recent amendments have provided a listing of fire protection devices, scheduled a site visit for April 30, 2026, and incorporated a bid schedule. The Government intends to award no more than two (2) Blanket Purchase Agreements (BPAs) based on a Lowest Price Technically Acceptable (LPTA) evaluation. Quotes are due by May 6, 2026, at 3:00 PM CST.
Scope of Work
This requirement covers annual and periodic inspection and servicing of fire equipment and systems. Key aspects include:
- Inspection and servicing of portable and fixed fire extinguishing equipment.
- Hydrostatic testing of cylinders.
Contract Details
- Solicitation Type: Request for Quote (RFQ)
- Solicitation Number: W912EQ26QA026
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
- NAICS Code: 541990 (Equipment And Materials Testing: Fire Control Equipment)
- Award Intent: Up to two (2) BPAs
- Agency: U.S. Army Corps of Engineers, Memphis District
Evaluation Criteria (LPTA)
Proposals will be evaluated on three factors: Technical Acceptability, Satisfactory Past Performance, and Price. The Government intends to award without discussions, so initial quotes should contain the best terms.
- Technical Acceptability: Requires technicians to be currently registered and licensed in Tennessee, Arkansas, and Missouri (as appropriate), submission of a Re-tester Identification Number (RIN) issuance letter, and a Letter of Understanding from a chosen subcontractor with their RIN for hydrostatic testing.
- Satisfactory Past Performance: Offerors must provide documentation of satisfactory performance on similar contracts, including references. The Government may also review sources like PPIRS, CPARS, and FAPIIS.
- Price: Price reasonableness will be determined by competitive quotes. Unfair, unreasonable, or unbalanced prices may lead to rejection.
Key Dates & Actions
- Site Visit: A site visit was scheduled for Thursday, April 30, 2026, at 9:30 AM CST. Details for registration were provided in an attached amendment.
- Quote Due Date: May 6, 2026, at 3:00 PM CST.
- Submission: Quotes must be emailed and marked with Solicitation Number W912EQ26QA026.
- SAM Registration: Vendors must be registered in SAM (www.sam.gov) with NAICS 541990 prior to award and maintain registration through final payment.
Contact Information
- Tommye Sepulveda: Phone (901) 579-3647, Email: Tommye.B.Sepulveda@usace.army.mil
- Kirk A. Middleton: Phone (901) 544-0786, Email: Kirk.A.Middleton@usace.army.mil