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
Last Updated
Apr 29, 2026
3
Submission Deadline
May 1, 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) TRACEN CAPE MAY, under the Department of Homeland Security, is soliciting proposals for Fire Panel Maintenance and Service for the Sector Delaware Bay Area of Responsibility (AOR). This opportunity seeks a contractor to provide comprehensive inspection, testing, and emergency repair services for fire suppression systems across multiple USCG facilities in Pennsylvania, New Jersey, and Delaware. This is a Total Small Business Set-Aside. Proposals are due May 1, 2026, at 3:00 PM ET.

Scope of Work

The contractor will perform quarterly, semi-annual, and annual inspections on various fire suppression systems, including fire panels, pumps, tanks, gauges, alarms, detectors, valves, standpipes, fire department connections, range hoods, and sprinklers. Services also include hydrostatic testing of outdated fixed suppression system bottles. All work 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 of notification, with an annual not-to-exceed (NTE) limit of $5,000 per CLIN 4.

Contract & Timeline

  • Type: Firm-Fixed Price (FFP) contract is anticipated.
  • Duration: A base year (July 1, 2026 – June 30, 2027) with four one-year option periods.
  • Set-Aside: Total Small Business (NAICS 561621, $25 Million size standard).
  • Proposal Due: May 1, 2026, at 3:00 PM ET.
  • Questions Due: April 24, 2026, at NOON ET.
  • Published: April 6, 2026.

Place of Performance

Services will be rendered across various USCG locations, including 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, encompassing Sector Delaware Bay, multiple USCG Stations, and MSD Lewes.

Evaluation

Award will be made on a Lowest Price Technically Acceptable (LPTA) basis, considering Technical Capability and Price, as outlined in FAR 52.212-2.

Additional Notes

Bidders are strongly encouraged to conduct site visits to gain clarity on needs at each location; these must be scheduled at least three days in advance. Individual cost estimates for each location are required for budgeting transparency. Offers must be valid for a minimum of 60 calendar days. Submissions should be emailed to Sergio.A.Cosby@uscg.mil.

People

Points of Contact

Files

Files

Download
Download
Download

Versions

Version 8
Solicitation
Posted: Apr 29, 2026
View
Version 7
Solicitation
Posted: Apr 29, 2026
View
Version 6
Solicitation
Posted: Apr 21, 2026
View
Version 5
Solicitation
Posted: Apr 13, 2026
View
Version 4Viewing
Solicitation
Posted: Apr 6, 2026
Version 3
Solicitation
Posted: Mar 24, 2026
View
Version 2
Solicitation
Posted: Mar 23, 2026
View
Version 1
Solicitation
Posted: Mar 20, 2026
View