Fire Panel Maintenance and Service for Sector Delaware Bay AOR
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 U.S. Coast Guard (USCG), specifically TRACEN CAPE MAY, is soliciting proposals for Fire Panel Maintenance and Service for the Sector Delaware Bay Area of Responsibility (AOR). This is a Total Small Business Set-Aside for a Firm-Fixed Price contract. The work involves comprehensive inspection, testing, and emergency repair services for fire suppression systems across multiple locations in Pennsylvania, New Jersey, and Delaware. Proposals are due May 6, 2026, by 3:00 PM ET.
Scope of Work
The contractor will provide all labor, equipment, material, transportation, and supervision for quarterly, semi-annual, and annual inspections of fire suppression systems. This includes fire panels, pumps, tanks, gauges, alarms, detectors, valves, standpipes, and sprinklers, all in accordance with Local, State, and NFPA guidelines (NFPA 25, 72, 96). Services also include hydrostatic testing of outdated fixed suppression system bottles and emergency service calls, with a Not-to-Exceed (NTE) annual cost of $5,000 for emergency services across all locations.
The work spans nine locations: Philadelphia, PA; Atlantic City, NJ; Ocean City, NJ; Point Pleasant Beach, NJ; Sea Isle City, NJ; Barnegat Light, NJ; Millville, NJ; Rehoboth Beach, DE; and Lewes, DE.
Contract Details
- Contract Type: Firm-Fixed Price
- Period of Performance: Base Year: July 1, 2026 – June 30, 2027. (Note: Proposals should only show pricing for one year, as per the latest update.)
- Set-Aside: Total Small Business (NAICS 561621, Size Standard $25 Million)
- Product Service Code: J063 (Maintenance, Repair And Rebuilding Of Equipment: Alarm, Signal, And Security Detection Systems)
- Bonds: A bid guarantee is not required. The solicitation form indicates an option for contractors to state if they will furnish performance and payment bonds.
Submission & Evaluation
- Proposal Due Date: May 6, 2026, by 3:00 PM ET
- Questions Due Date: May 1, 2026, by NOON ET
- Submission Method: Email proposals to Sergio.A.Cosby@uscg.mil.
- Evaluation Criteria: Award will be based on a Lowest Price Technically Acceptable (LPTA) approach, considering technical capability and price.
- Offer Acceptance Period: Offers must remain valid for at least 60 calendar days.
- Site Visits: Strongly encouraged. Vendors should use the "Sector AOR Fire Panel SOW" attachment for POCs to schedule visits at least three days in advance.
Key Updates & Notes
The solicitation was updated to clarify that proposals should only include pricing for one year (July 1, 2026 – June 30, 2027), despite an earlier SOW mentioning a base plus four option years. Wage determinations for each location (Philadelphia, Atlantic City, Millville, Delaware, Point Pleasant/Barnegat Light, Ocean City/Sea Isle City) have been posted and must be reviewed by bidders. Individual cost estimates for each location are required for budgeting transparency.