Fire Alarm Suppression System Services for USCG Base New Orleans
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. Coast Guard (USCG) Base New Orleans is soliciting quotes for Fire Alarm Suppression System Services, including inspections and testing of fire protection systems. This opportunity is a 100% Total Small Business Set-Aside and will result in a Firm-Fixed Price Purchase Order. The period of performance includes a one-year base period and four one-year option periods. Quotes are due by February 12, 2026.
Scope of Work
The selected contractor will provide all necessary labor, tools, materials, transportation, equipment, supervision, and personnel to perform Fire Marshal Code inspections and services at the USCG Base New Orleans, located at the NASA Michoud Assembly Facility. Services encompass maintenance and inspections for a comprehensive range of fire protection systems, including:
- Wet and Dry Automatic Fire Sprinkler Systems
- Fire Pumps
- 66 Fire Extinguishers
- Restaurant Fire Suppression Systems
- Clean Agent Suppression Systems (Ansul Sapphire Novec)
- Fire Alarm Systems
- Semi-annual cleaning of Galley Hood Systems
All inspections and testing must strictly comply with National Fire Protection Association (NFPA) standards (NFPA 25, NFPA 72, NFPA 17A, NFPA 2001), as well as local, state, and federal Fire Marshal code requirements. A key requirement is that contractor personnel must be SimplexGrinnell certified technicians. The contractor is also responsible for work site safety, environmental compliance (RCRA), and site restoration.
Contract Details
- Type: Firm-Fixed Price Purchase Order
- Duration: One base year (January 1, 2026 - December 31, 2026) with four subsequent one-year option periods, extending through December 31, 2030.
- Set-Aside: 100% Total Small Business Set-Aside (FAR 19.5).
- Product Service Code: R499 (Other Professional Services).
- Place of Performance: U.S. Coast Guard Base New Orleans, NASA Michoud Assembly Facility, 1790 Saturn Blvd, New Orleans, LA 70129.
- Work Hours: Generally Monday through Friday, 8:00 AM to 3:00 PM, unless otherwise approved.
- Wage Requirements: The Service Contract Act applies. Bidders must adhere to the prevailing wage rates and fringe benefits outlined in Wage Determination No. 2015-5189, Revision No. 32, for Orleans Parish, Louisiana.
Submission & Evaluation
- Quote Deadline: February 12, 2026, 21:00:00Z (5:00 PM ET / 4:00 PM CT).
- Submission Email: Joel.S.Ivy@uscg.mil.
- Quote Content: Contractors must provide a total price for the base year and all four option years.
- Award Basis: Award will be made to the lowest bidder, considering price, technical capability, past performance, and delivery time. The Government reserves the right to award without discussions, so initial offers should be comprehensive.
- Mandatory Requirements: Prior to quoting, examine the Performance Work Statement (PWS). All contractors must be actively registered in SAM.gov.
- Recommended Action: A site visit is highly recommended to assess existing conditions. Contact CWO Carlton "Mike" Ackiss at (504) 239-4937 or carlton.m.ackiss@uscg.mil to arrange.
Contact Information
- Contracting Officer: Joel Ivy (joel.s.ivy@uscg.mil)
- Site Visit Coordinator: CWO Carlton "Mike" Ackiss (carlton.m.ackiss@uscg.mil, (504) 239-4937)