Fire Panel Maintenance and Service for Sector Delaware Bay AOR

SOL #: 37050PR26FIREPANELSolicitation

Overview

Buyer

Homeland Security
Us Coast Guard
TRACEN CAPE MAY(00042)
CAPE MAY, NJ, 08204, United States

Place of Performance

Philadelphia, PA

NAICS

Security Systems Services (except Locksmiths) (561621)

PSC

Maintenance, Repair And Rebuilding Of Equipment: Alarm, Signal, And Security Detection Systems (J063)

Set Aside

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

Timeline

1
Posted
Mar 20, 2026
2
Submission Deadline
Apr 20, 2026, 7:00 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 U.S. Coast Guard (USCG), under the Department of Homeland Security, is seeking proposals for Fire Panel Maintenance and Service for Sector Delaware Bay's Area of Responsibility (AOR). This Total Small Business Set-Aside opportunity requires comprehensive inspection, testing, and emergency repair services for fire suppression systems across multiple locations in Pennsylvania, New Jersey, and Delaware. Offers are due by April 20, 2026.

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, fire department connections, range hoods, and sprinklers. Services must comply with manufacturer guidelines and applicable Local, State, and NFPA standards (NFPA 25, NFPA 72, NFPA 96). Emergency service response is required within 24 hours, with a Not-To-Exceed (NTE) limit of $5,000 annually per CLIN 4, requiring pre-approval. Hydrostatic testing of outdated fixed suppression system bottles is also included.

Contract & Timeline

  • Type: Solicitation (SF-1442 indicates both Sealed Bid and Request for Proposal)
  • Duration: Base Year (July 1, 2026 – June 30, 2027) plus four option years.
  • Set-Aside: Total Small Business Set-Aside (FAR 19.5)
  • Response Due: April 20, 2026, 7:00 PM ET
  • Published: March 20, 2026, 1:53 PM ET
  • Performance: Begin within 5 calendar days and complete within 30 calendar days after award/notice to proceed.
  • Bonds: Performance and Payment Bonds are required.

Key Requirements & Notes

Contractors must provide 48-hour advance notice for preventive maintenance scheduling during business hours (Mon-Fri, 8 AM - 4 PM, excluding Federal Holidays) and a single 24/7 emergency call number. Bidders are strongly encouraged to conduct site visits. Personnel must present a professional appearance, comply with USCG regulations, and provide identification badges and a detailed employee list to the COR two days prior to work. Vehicles must display the contractor's name and meet safety requirements. Offers must be valid for a minimum number of calendar days for Government acceptance (specified in Item 13d of SF-1442). Offers may be submitted via email to Sergio.A.Cosby@uscg.mil.

Contact Information

Primary Point of Contact: Sergio Cosby (sergio.a.cosby@uscg.mil, 206-815-2774).

People

Points of Contact

Files

Files

Download
Download

Versions

Version 1Viewing
Solicitation
Posted: Mar 20, 2026
Fire Panel Maintenance and Service for Sector Delaware Bay AOR | GovScope