Dry Fire Suppression System Replacement
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 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.