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 Total Small Business Set-Aside opportunity seeks a contractor to provide comprehensive inspection, testing, and emergency repair services for fire suppression systems across multiple locations in Pennsylvania, New Jersey, and Delaware. The contract will be a Firm-Fixed Price type. Proposals are due May 01, 2026, at 3:00 PM Eastern Time.
Scope of Work
The work involves providing 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). The contractor will also provide emergency service response within 24 hours of notification, with a Not-To-Exceed (NTE) amount of $5,000 annually per CLIN 4 for emergency services. Hydrostatic testing of outdated fixed suppression system bottles is also required.
Place and Period of Performance
Services are required for USCG Sector Delaware Bay and various USCG Stations, 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. The base year of performance is July 1, 2026 – June 30, 2027, with four additional option years.
Contract Details & Set-Aside
This is a Solicitation for a Firm-Fixed Price contract, 100% set aside for Small Businesses under NAICS code 561621 (Size Standard: $25 Million). It is also designated for HUBZone, Service-Disabled Veteran-Owned Small Business (SDVOSB), Women-Owned Small Business (WOSB), or Economically Disadvantaged Women-Owned Small Business (EDWOSB). A bid bond is not required for this proposal.
Submission & Evaluation
Offerors must submit individual estimates for costs for each location. Proposals should be emailed to Sergio.A.Cosby@uscg.mil. Evaluation will be based on Technical Capability and Price, utilizing a Lowest Price Technically Acceptable (LPTA) approach. Potential bidders are strongly encouraged to conduct site visits to gain clarity on needs, arranging them at least three days in advance with location representatives. The deadline for questions is April 24, 2026, at NOON. Offers must remain valid for a minimum of 60 calendar days.
Additional Notes
Contractor personnel must comply with USCG regulations, present a professional appearance, and adhere to federal safety (OSHA) and environmental (EPA) regulations. Identification badges and an employee list are required prior to work commencement.