Fire Extinguisher Repair & Testing Services
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 W6QK LAD CONTR OFF, is soliciting proposals for Fire Extinguisher Repair & Testing Services at Letterkenny Army Depot, Chambersburg, PA. This opportunity is a Total Small Business Set-Aside (NAICS 811310, size standard $12,500,000.00). The services include hydrostatic testing, maintenance, and recharge of various fire extinguisher types. Proposals are due March 19, 2026, at 3:00 PM ET.
Scope of Work
The contractor will provide hydrostatic testing, maintenance, and recharge services for a range of fire extinguishers, including ABC, CO2, Pressurized Water, Wet Chemical, Water Mist, Class D, and FE36 types. This includes six-year maintenance for specific models (10lb ABC, 20lb ABC, FE36, Class D). Services must adhere to NFPA 10 standards and manufacturer recommendations. The contractor is responsible for picking up and delivering extinguishers at designated buildings (34 and/or 521) at Letterkenny Army Depot. All necessary personnel, equipment, tools, materials, supervision, and quality control must be provided. COR approval is required for individual parts costing over $50. A list of applicable makes and models is provided in an attachment.
Contract Details
- Contract Type: Solicitation (W911N226QA001)
- Set-Aside: Total Small Business
- NAICS Code: 811310
- Period of Performance: One Base Year (12 months) and two (2) 12-month option years. The base period is generally from April 8, 2026, to April 7, 2027, with options extending through April 7, 2029.
- Response Due: March 19, 2026, 3:00 PM Eastern Time.
Submission & Evaluation
Offerors MUST submit a signed and priced copy of the CONFORMED solicitation (W911N226QA001 0001) and AMENDMENT 0001. Blocks 12, 17, 23, 24, and 30 of the solicitation document must be completed. Evaluation will be based on Technical and Price factors, with award made to the most advantageous offer. Technical evaluation will assess the offeror's structured approach to the Performance Work Statement (PWS), proposed resources, relevant past performance, and qualified employees. DOT Certification as a cylinder requalification facility is an entry gate criterion. The Government intends to award without discussions, so offerors should submit their best prices initially.
Special Requirements
- Contractor must be approved and possess a Department of Transportation (DOT) registration number for retesting compressed gas cylinders, complying with Title 49, Code of Federal Regulations (CFR), Part 107, Section 805.
- Contractor employees requiring installation access must complete AT Level I, iWATCH, and OPSEC Level I training.
- Compliance with REAL ID requirements for installation access is mandatory.
- Offerors must be registered in the System for Award Management (SAM) with current electronic representations and certifications.
- Questions regarding the solicitation must be submitted in writing at least 5 calendar days prior to the closing date.
- Payment will be made via Electronic Funds Transfer (EFT) through Wide Area Work Flow (WAWF).
- The Service Contract Act Wage Determination #2015-4253 Revision #32 applies.