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), under the Department of Homeland Security, is soliciting proposals for Fire Panel Maintenance and Service for its Sector Delaware Bay Area of Responsibility (AOR). This opportunity is a Total Small Business Set-Aside and 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 Government anticipates awarding a Firm-Fixed Price contract. Proposals are due May 01, 2026, by 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, including fire panels, pumps, tanks, gauges, alarms, detectors, valves, standpipes, fire department connections, range hoods, and sprinklers. Hydrostatic testing of outdated fixed suppression system bottles is also required. All 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 pre-approval for work and materials, up to a Not-To-Exceed (NTE) amount of $5,000 annually per CLIN 4.

Contract Details

  • Contract Type: Firm-Fixed Price
  • Set-Aside: 100% Total Small Business Set-Aside (FAR 19.5)
  • NAICS Code: 561621 (Security Systems Services), Size Standard: $25 Million
  • Period of Performance: Base Year: July 1, 2026 – June 30, 2027, with four (4) option years.
  • Place of Performance: USCG Sector Delaware Bay and various USCG Stations in 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.
  • Payment: Will be made by the USCG Finance Center.

Submission & Evaluation

Offerors must submit individual cost estimates for each location. Proposals are to be emailed to Sergio.A.Cosby@uscg.mil. The deadline for questions is April 24, 2026, by NOON. Evaluation will be based on Technical Capability and Price, with award made on a Lowest Price Technically Acceptable (LPTA) basis. A bid guarantee is not required for this proposal. Offer acceptance period is a minimum of 60 calendar days.

Key Requirements & Notes

  • Site Visits: Strongly encouraged. Arrange at least three days in advance with location representatives. Visitors need to complete an access request form and present valid ID (Real ID or Passport), providing full name, date of birth, and last 4 of SSN.
  • Wage Determinations: Specific U.S. Department of Labor Wage Determinations for the Service Contract Act are provided for each location's county. Bidders must ensure proposed wages and benefits meet or exceed these rates.
  • Compliance: Contractors must comply with all federal safety (OSHA) and environmental (EPA) regulations, and USCG facility regulations (e.g., ID badges, professional appearance, no unauthorized personnel/animals).
  • Clauses: Incorporates various FAR and HSAR clauses by reference, including FAR 52.212-1 (Instructions to Offerors), FAR 52.212-2 (Evaluation), and FAR 52.219-6 (Total Small Business Set-Aside).

People

Points of Contact

Files

Files

Download
Download
Download
Download
Download

Versions

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