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) 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. Proposals are due May 6, 2026, by 3:00 PM ET.
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 The scope also includes hydrostatic testing of outdated fixed suppression system bottles and emergency service response within 24 hours, with an annual Not-to-Exceed (NTE) limit of $5,000. Performance locations span 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 & Timeline
This is a Firm-Fixed Price contract for a Base Year period from July 1, 2026, to June 30, 2027. Offerors are required to submit pricing for this one-year period.
- Contract Type: Firm-Fixed Price
- Set-Aside: Total Small Business Set-Aside (FAR 19.5), NAICS 561621 ($25 Million size standard)
- Proposal Due: May 6, 2026, by 3:00 PM ET
- Questions Due: May 1, 2026, by NOON
- Period of Performance: July 1, 2026 – June 30, 2027 (Base Year)
Evaluation & Submission
Award will be made on a Lowest Price Technically Acceptable (LPTA) basis, considering technical capability and price. Quotes must be submitted via email to Sergio.A.Cosby@uscg.mil. Offerors must complete blocks 14 through 20c of the SF 1442 form and ensure offers remain valid for at least 60 calendar days.
Special Requirements & Notes
Bidders are strongly encouraged to conduct site visits to gain clarity on needs at each location; 48-hour advance notice is required for scheduling preventive maintenance. Wage determinations for each location (PA, NJ, DE) have been posted and must be reviewed for labor cost estimations. No bid bond is required for this proposal. While Performance and Payment Bonds are not explicitly required, the SF 1442 form includes an option for contractors to indicate if they will furnish them. Contractor personnel will require identification badges and must comply with USCG regulations.