Fire Maintenance and Support IAW PWS

SOL #: W912BU26RA00FireSptSources Sought

Overview

Buyer

DEPT OF DEFENSE
Dept Of The Army
W2SD ENDIST PHILADELPHIA
PHILADELPHIA, PA, 19103-0000, United States

Place of Performance

MD

NAICS

Facilities Support Services (561210)

PSC

Maintenance, Repair And Rebuilding Of Equipment: Fire Control Equipment (J012)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)

Timeline

1
Posted
Mar 10, 2026
2
Response Deadline
Mar 16, 2026, 6:00 PM

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 / W2SD ENDIST PHILADELPHIA is conducting a Sources Sought for Fire Maintenance and Support Services at the Naval Surface Warfare Center Carderock Division (NSWCCD) in Bethesda, MD, and the Olney Support Facility in Gaithersburg, MD. This is a Total Small Business Set-Aside. Responses are due by March 16, 2026.

Purpose

This notice is for market research to identify qualified small businesses capable of providing comprehensive fire alarm, protection, extinguishing, and notification system maintenance and support. It also aims to support the acquisition of a future five-year service contract, with a six-month Indefinite Delivery Contract (IDC) planned as a bridge to prevent service gaps, expected to be under the Simplified Acquisition Threshold (SAT).

Scope of Work

The contractor shall provide all qualified personnel, equipment, supplies, transportation, materials, and supervision for the inspection, maintenance, modification, and repair of all fire alarm, protection, extinguishing, and notification systems. This includes maintaining a database of all equipment and maintenance records. Services will be performed for the Operations Department, Infrastructure Division, NSWCCD.

Performance Standards

Key performance standards include annual inspections and preventative maintenance for fire alarm, notification, sprinkler, extinguishing systems, standpipes, and fire pumps, aligning with annual fire drills. Reports must be generated within three working days. Emergent service tickets require a one-hour response, while non-emergent tickets require a one-working-day response, with service tickets not exceeding $2,500 per incident.

Contract & Timeline

  • Type: Sources Sought (Market Research)
  • Anticipated Contract Type: Five-year service contract (Base year + 4 option years), preceded by a six-month IDC.
  • Set-Aside: Total Small Business Set-Aside (FAR 19.5)
  • Response Due: March 16, 2026, 6:00 PM ET
  • Published: March 10, 2026

Special Requirements

Personnel must hold specific NICET certifications (Level II for Fire Alarm, Special Hazard, Water Based Suppression; Level III for Pre-Action, Deluge, Foam, Antifreeze Systems). Contractors must develop and maintain a Quality Control Plan, ensure personnel pass background checks, maintain a "secret clearance" for network access, and adhere to Anti-terrorism and OPSEC requirements. Key personnel changes require COR acknowledgment. Contractor personnel must wear uniforms and safeguard government property.

Additional Notes

This is not a solicitation. Interested parties should include past experience, related capabilities, and small business socio-economic information in their responses.

People

Points of Contact

Files

Files

Download

Versions

Version 1Viewing
Sources Sought
Posted: Mar 10, 2026
Fire Maintenance and Support IAW PWS | GovScope