Fire Extinguisher, AED Machine and First Aid Kit Service Contract
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 Transportation Security Administration (TSA) Canine Training Center (CTC) is conducting a Request for Information (RFI) to gather industry input for a potential acquisition strategy. The RFI seeks information on comprehensive preventive maintenance, inspection, replacement, and mounting services for ABC-type fire extinguishers, Automated External Defibrillators (AEDs), and first aid kits at its facilities in Lackland Air Force Base, San Antonio, TX. This RFI aims to enhance business requirements and identify capable sources. Responses are due May 26, 2026.
Scope of Work
The anticipated services, detailed in the draft Statement of Work (SOW), include:
- Fire Extinguishers: Monthly inspections, annual/6-year maintenance, hydrostatic testing, recharging, and replacement for approximately 60 ABC-type fire extinguishers. This includes units in CETA trucks, a bunker area, and other buildings/Conex units. Services must comply with NFPA 10, OSHA, and TDI requirements.
- AEDs: Monthly inspections and 6-month servicing for 16 AED units, including battery/pad checks and software updates.
- First Aid Kits: Monthly inventory and replenishment for 16 kits, ensuring compliance with ANSI/ISEA Z308.1 standards.
- General: The contractor will provide all licensed personnel, certified technicians, management, materials, mounting hardware, storage, and equipment necessary to perform these services efficiently.
Performance Standards & Requirements
- Initial Service: Inspection, repair, and replacement of all equipment within 30 days of contract award.
- Ongoing Service: Repairs/replacements within 5 business days of identification.
- Emergency Service: Provision of a compliant loaner unit within 24 hours if equipment is removed for off-site servicing.
- Personnel: Technicians must be licensed by TDI (fire extinguishers), DOT-certified (hydrostatic testing), and certified in CPR/AED. Background checks and base access (DBIDS ID cards) are required.
- Documentation: Monthly reports, inventory logs, hydrostatic testing documentation, and service records are required.
Contract & Timeline
- Type: Request for Information (RFI) / Sources Sought
- Anticipated Duration (if solicited): One base year and four option years.
- Set-Aside: None specified (market research stage).
- Questions Due: May 18, 2026
- RFI Response Due: May 26, 2026
- Published: May 11, 2026
Response Instructions
Interested parties should submit comments, questions, and feedback on the draft Statement of Work (Attachment I) using the table format provided in Attachment III. Responses to the RFI itself must be submitted via the Microsoft Form link referenced in Attachment II. All questions and RFI responses should be sent to Melany Pollock (melany.pollock@tsa.dhs.gov) and Tina Washington (tina.washington1@tsa.dhs.gov). This RFI is for planning purposes only and does not constitute a solicitation.