Fire Extinguisher Services Amendment 1
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 Mission and Installation Contracting Command - Fort Benning, Georgia, under the Department of the Army, is conducting a Sources Sought for market research to identify capable firms for Fire Extinguisher Services at Fort Benning, GA. This notice, an amendment to the original, includes an updated draft Performance Work Statement. The requirement is for inspection, maintenance, repair, refill, and testing of approximately 2,050 fire extinguishers. This is a Total Small Business Set-Aside. Responses are due by April 17, 2026, 4:00 PM EDT.
Scope of Work
The services entail annual inspection, maintenance/repair, refill/recharge/discharge, disposal, and hydrostatic testing for approximately 2,050 fire extinguishers annually over a 5-year ordering period. These services cover extinguishers utilized by DOTS and MCoE Training Brigades, including those in facilities and vehicles. The contractor must furnish all supervision, licensed personnel, equipment, tools, labor, material, parts, transportation, and waste disposal. Extinguishers include CO2 and Dry Chemical (Class A, B, C) types, ranging from 2.5 to 50 pounds. The contractor will pick up and deliver extinguishers monthly or quarterly to a designated location (Fuel Point Building 5422, Harmony Church (DOTS)) and will not enter buildings or vehicles for servicing. Unserviceable Type 1 (CO2) extinguishers that cannot be serviced with non-Army parts will be disposed of by the contractor. Type 2 extinguishers will be repaired or disposed of if unrepairable. No charge for pick-up/delivery or disposal.
Contract & Timeline
- Type: Sources Sought (Market Research)
- Duration: 5 ordering periods (anticipated)
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
- Response Due: April 17, 2026, 4:00 PM EDT
- Published: April 13, 2026
Performance Standards
Services must adhere to NFPA-10, AR 420-1, and MCoE regulation 420-90. The contractor is required to develop and maintain a Quality Control Plan (QCP), submitted within 10 days of contract award. Government performance evaluation will utilize a Quality Assurance Surveillance Plan (QASP). Service Contract Reporting (SCR) via SAM.gov is also required.
Special Requirements
Contractor personnel, including sub-vendors, must comply with installation access requirements, including Anti-Terrorism (AT) Level I Training, OPSEC Training, iWATCH Training, Information Assurance (IA) Training, and background checks. Compliance with safety laws, environmental regulations, and Army Directive 2014-05/AR 190-13 is mandatory.
Contact Information
For inquiries, contact Haley Kuehn at haley.a.kuehn2.civ@army.mil or Stacia M. Rivers at stacia.m.rivers.civ@army.mil.