CO2 Inspections and Replacement parts

SOL #: W912NW26QA001Solicitation

Overview

Buyer

DEPT OF DEFENSE
Dept Of The Army
W6QK CCAD CONTR OFF
CORPUS CHRISTI, TX, 78419-5260, United States

Place of Performance

Corpus Christi, TX

NAICS

Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance (811310)

PSC

Maintenance, Repair And Rebuilding Of Equipment: Fuels, Lubricants, Oils, And Waxes (J091)

Set Aside

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

Timeline

1
Posted
Feb 27, 2026
2
Submission Deadline
Mar 3, 2026, 9:00 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 Department of the Army, W6QK CCAD CONTR OFF in Corpus Christi, TX, has issued Solicitation W912NW26QA001 for Stand Alone CO2 Fire Suppression & Alarm Systems Maintenance Support. This opportunity is a Total Small Business Set-Aside. Proposals are due by March 5, 2026, at 03:00 PM CT.

Scope of Work

The contractor will provide comprehensive maintenance and support for 35 CO2 Fire Suppression Systems. Key requirements include:

  • Semi-annual inspection and certification of all systems.
  • CO2 Hose replacement support.
  • Cylinder Hydrostatic Testing and CO2 System recharge/reconditioning.
  • All services must be performed in accordance with the Performance Work Statement (PWS) and meet National Fire Protection Association (NFPA) code requirements.
  • Contractor personnel must be licensed/registered by the Texas Department of Insurance for Fire Extinguisher certification.
  • The contractor is required to provide a Site-Specific Safety and Occupational Health Accident Prevention Plan (APP) and an Activity Hazard Analysis (AHA).

Contract Details

  • Contract Type: Solicitation (implied Firm Fixed Price).
  • Period of Performance: Initial periods generally run from April 2026 to April 2029.
  • Set-Aside: Total Small Business.
  • NAICS Code: 811310 (Commercial and Other Services and Repair) with a size standard of $12,500,000.00.
  • Place of Performance: Corpus Christi, TX.

Submission & Evaluation

  • Offer Due Date: March 5, 2026, at 03:00 PM CT.
  • Evaluation Criteria: Not explicitly detailed in the provided summary, but will likely include price and other factors as per FAR 52.212-2.

Important Considerations

Bidders must review the included Service Contract Act (SCA) Wage Determination (WD 15-5225) for Texas (Aransas, Nueces, and San Patricio counties). This document outlines minimum hourly wage rates, fringe benefits ($5.55/hour for Health & Welfare), vacation, holidays, and Executive Order requirements (e.g., EO 13706 for Paid Sick Leave). These labor costs must be factored into proposals. The solicitation also contains extensive details on security requirements, training, government-furnished property, contractor-furnished items, specific tasks, scheduling, definitions, and contract clauses. Refer to Attachment 1 (Performance Requirements Summary) and Attachment 2 (Deliverables Schedule).

Contact Information

Primary Point of Contact: Harold "Jay" Russell Jr. (harold.w.russell.civ@army.mil, 361-961-7831).

People

Points of Contact

Harold "Jay" Russell Jr.PRIMARY
Jennifer SalyersSECONDARY

Files

Files

Download
Download

Versions

Version 1Viewing
Solicitation
Posted: Feb 27, 2026
CO2 Inspections and Replacement parts | GovScope