Fire Extinguisher Maintenance
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 Air Force is conducting market research through a Sources Sought notice to identify capable contractors for Fire Extinguisher Maintenance services at Fairchild AFB, WA. This opportunity is a Total Small Business Set-Aside. Responses are due by February 24, 2026.
Purpose & Scope of Work
The government seeks services for the inspection, maintenance, and repair of portable and wheeled fire extinguishers for the 92 MXG at Fairchild AFB. Services must comply with NFPA 10, NFPA 408, Technical Order 13F4-4-121, and manufacturer specifications. This includes various extinguisher types such as ABC, BC, K, CO2, Halon, and NOVEC 1230. The contractor will be responsible for providing all labor, parts, servicing equipment, transportation, disposal, recharge, reclaim, and CO2 conductivity fees. Personnel must be NFPA 10 certified.
Key Requirements
- Annual Inspections: Perform on all identified extinguishers.
- Tagging: Tag extinguishers with company name, technician, date, and repairs.
- Listing: Provide a computer-generated list of inspected extinguishers with detailed information.
- Maintenance: Conduct six-year and twelve-year maintenance as per NFPA 10.
- Hydrostatic Testing: Perform as outlined in Appendix 1 and NFPA 10.
- Repairs: Provide parts and labor for repairs up to $25 for portable and $150 for wheeled extinguishers, with government approval for exceeding limits.
- Performance Standards: Ensure 100% operational status post-service, with no deficiencies.
- Place of Performance: Primarily 301 W. Arnold St, Building 2050, Fairchild AFB WA 99011, with contractor shop option for specialized work.
- Hours: 0700-1500, Monday-Friday, excluding federal holidays.
Contract Details & Submission
This is a Sources Sought notice for informational and planning purposes only and does not constitute a solicitation or commitment for award. The anticipated NAICS code is 811310 with a $12,000,000 size standard. This is a Total Small Business Set-Aside.
Interested firms should submit a response, not exceeding five pages, including:
- Business name, address, CAGE code.
- Size and socioeconomic classification (with supporting documentation if claiming specific small business category).
- Point of contact (email and phone number).
Timeline & Contacts
- Response Due: February 24, 2026, by 6:00 PM EST.
- Published Date: February 17, 2026.
- Primary Contact: Nathan Bond, nathaniel.bond@us.af.mil, 509-247-1970.
- Secondary Contact: Ben Hampton, benjamin.hampton.1@us.af.mil, 509-247-2234.