Exhaust Capture System for Fire Department
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, through the USPFO Activity WVANG 130, has issued a Solicitation (W50S9J26BA011) for the provision and installation of a fully automatic diesel exhaust extraction system at Building 420, Fire Department, McLaughlin Air National Guard Base in Charleston, WV. This is a Total Small Business Set-Aside. Offers are due by June 9, 2026, at 1:00 PM local time.
Scope of Work
The contractor will provide and install a custom-configured, ceiling-mounted vehicle exhaust removal system capable of accommodating up to 12 fire apparatus. The system must include magnetic nozzles for 100% removal of toxic diesel exhaust gases and particulates at the source, automatic release upon vehicle departure, and an automatic, high-efficiency, spark-resistant exhaust fan. An auto-start control panel with adjustable timer, manual override, and wireless capability is required. The scope also includes daily debris removal and off-Base disposal in compliance with regulations, with recycling encouraged. Installation, workmanship, and materials are guaranteed for at least one year, with repairs at no expense to the Government. The system must comply with NFPA 1500 Chapter 10 guidelines.
Contract Details
- Contract Type: Firm Fixed Price (FFP)
- Estimated Magnitude: Between $100,000 and $250,000
- Set-Aside: 100% Total Small Business Set-Aside
- NAICS Code: 238220 (Size Standard: $19.0M)
- Wage Rates: Davis Bacon Wage Rates are applicable
- Period of Performance: Maximum of 14 calendar days from the Notice to Proceed (NTP)
- Place of Performance: West Virginia Air National Guard, 1679 Coonskin Drive, Charleston, WV, 25311-5000
Key Dates & Submission
- Solicitation Number: W50S9J26BA011
- Offer Due Date: June 9, 2026, by 1:00 PM local time
- Pre-bid Conference/Site Visit: May 19, 2026, at 10:00 AM local time
- Questions/RFIs Due: May 27, 2026
- Submission Method: Electronically via email to jorden.mccormick@us.af.mil and samuel.stuck@us.af.mil
Evaluation & Eligibility
Award will be made to the responsible bidder whose bid is conforming to the invitation for bids and is most advantageous to the Government, considering only price. Offerors must be registered in the System for Award Management (SAM) database. A Bid Bond is required, amounting to 20 percent of the bid price or $3,000,000.00, whichever is less.
Special Requirements & Notes
The contractor must obtain Burning and Welding Permits, submit dump receipts, and provide a list of recycled materials. Shop drawings and material submittals are due within ten calendar days of NTP. Compliance with installation/facility access and local security policies, including background checks and PIV requirements (FAR clause 52.204-9), is mandatory. Coordination with the fire department for bay scheduling and providing necessary lifts/scaffolding are also required. The Government will provide basic documents and site access but no other equipment or services. Bidders should review the "Building 420 - Power Plan" as-built drawings to understand existing power infrastructure.
Contacts
- Primary: Lt Col Sam Stuck (samuel.stuck@us.af.mil, 304-341-6292)
- Secondary: TSgt Jorden McCormick (jorden.mccormick@us.af.mil, 304-341-6206)