Dry Fire Suppression System Replacement

SOL #: W912BU26QA029Sources Sought

Overview

Buyer

DEPT OF DEFENSE
Dept Of The Army
W2SD ENDIST PHILADELPHIA
PHILADELPHIA, PA, 19103-0000, United States

Place of Performance

Philadelphia, PA

NAICS

Plumbing (238220)

PSC

Repair Or Alteration Of Other Warehouse Buildings (Z2GZ)

Set Aside

No set aside specified

Timeline

1
Posted
Apr 24, 2026
2
Response Deadline
May 1, 2026, 6:00 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, W2SD ENDIST PHILADELPHIA, is conducting a Sources Sought for the Dry Fire Suppression System Replacement project at the Fort Mifflin Distribution Center, Philadelphia, PA. This market research aims to identify qualified contractors capable of removing and replacing existing dry fire suppression systems in Buildings 3, 4, and 6. Responses are due May 1, 2026.

Scope of Work

This project involves furnishing and installing a complete, fully functional, reliable, and code-compliant dry fire suppression system across approximately 32,451.46 sq. ft. Key tasks include:

  • System evaluation and design
  • Demolition and removal of existing systems
  • Installation of new systems
  • Integration with the existing fire alarm system
  • Complete system testing and inspection
  • Final system turnover with all required documentation

All work must comply with NFPA 13, NFPA 25, NFPA 72, UFC 3-600-01, and EM 385-1-1 standards.

Contract & Timeline

  • Type: Sources Sought / Market Research
  • Set-Aside: This market research is to determine interest from Large and/or Small Business (HUBZONE 8(a) or Service-Disabled Veteran Owned Small Business) contractors.
  • Response Due: May 1, 2026, 6:00 PM ET
  • Published: April 24, 2026

Submission Requirements

Interested parties must submit a Capabilities Statement (maximum five pages) demonstrating their ability to perform the described services. The statement should include:

  • Company Information: Name, address, UEI, CAGE code, and point of contact.
  • Business Size/Socioeconomic Status: Identify business size (Small or Other-Than-Small) under NAICS code 238220 and applicable socioeconomic categories (e.g., 8(a), HUBZone, SDVOSB, WOSB).
  • Relevant Experience: At least two project examples within the last five years of similar size, scope, and complexity, including project title, location, contract value, description, and customer POC.
  • Technical Compliance: Experience and familiarity with NFPA, UFC, and EM 385-1-1 standards.
  • Bonding Capability: Single and aggregate bonding capacity.

Small Businesses are reminded of FAR 52.219-14, Limitations on Subcontracting, regarding the 50% rule for non-similarly situated entities.

Additional Notes

This is for information purposes only and is not a request for proposals. The Government will not pay for information provided. A formal solicitation, if released, will be posted on SAM.gov. Responses should be submitted electronically to Matthew.T.Rhoads@usace.army.mil.

People

Points of Contact

Domenic SestitoPRIMARY
MATTHEW RHOADSSECONDARY

Files

Files

No files attached to this opportunity

Versions

Version 1Viewing
Sources Sought
Posted: Apr 24, 2026
Dry Fire Suppression System Replacement | GovScope