Fire Extinguisher Servicing (Halon 1211)
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 (FA4897 366 CONS PKP) is soliciting proposals for Fire Extinguisher Servicing (Halon 1211) at Mountain Home AFB, ID. This opportunity is a Total Small Business Set-Aside for the maintenance, inspection, and servicing of 102x 150lb wheeled Halon 1211 fire extinguishers. Proposals are due by April 27, 2026, at 10:00 AM Local time (MST).
Scope of Work
The contractor will provide comprehensive maintenance, inspection, and servicing for approximately 102 150lb wheeled Halon 1211 fire extinguishers. Key services include:
- Annual inspections of all fire bottles at their deployed locations.
- 6-year service for all available units, requiring relocation to a central government-provided location.
- 12-year hydrostatic testing and service for all available units, also at a central government-provided location.
- Recharging extinguishers after use or when inspection reveals low charge.
- Emergency repairs and return to operational status within 5 working days of notification.
- Replacement or repair of damaged extinguisher parts.
- Provision of replacement fire extinguishers when deemed beyond reasonable service life or repair.
- Tracking and management of Halon agent, returning unused or excess Halon to the government.
- Application of a standardized "all-in-one" label showing inspection and testing dates. All work must adhere to NFPA 10, "Standard for Portable Fire Extinguishers," and manufacturer's service manuals. The government will provide Halon agent and two 1,500 lb Halon tanks.
Contract Details
This is a combined synopsis/solicitation (RFQ) under FAR Part 12, intending to award an Indefinite Delivery Indefinite Quantity (IDIQ) Firm Fixed-Price Contract. The ordering period is five years, with the specific period of performance determined at the task order level. This is a 100% Total Small Business Set-aside under NAICS code 811310, with a small business size standard of $12.5M.
Submission & Evaluation
Quotes are due by April 27, 2026, at 10:00 AM Local time (MST). Submissions, including technical proposals (not exceeding 10 pages), must be emailed to both Andrew Portz (andrew.portz@us.af.mil) and Elizabeth Hughes (elizabeth.hughes.5@us.af.mil). The subject line must clearly identify "RFQ# FA489726QC044". Pricing must be held firm for 60 days from the quote due date. Evaluation factors include Technical Capability, Price, and Past Performance, with the award made to the responsible offeror whose quote is most advantageous to the Government, considering best value. Offerors must be registered in SAM under the specified NAICS code and provide descriptive literature demonstrating capability. Amendments must be acknowledged.
Additional Notes
A U.S. Department of Labor Wage Determination (No. 2015-5513 Rev 27) for Idaho counties applies, establishing minimum wage and fringe benefit rates for service employees. Normal hours of operation are Monday through Friday, 7:00 am to 4:30 pm MST, excluding federal holidays. Contractor personnel must meet security requirements, including background checks, and comply with environmental controls for hazardous material handling and waste disposal.