Fire Protection Services
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 Department of the Army (MICC-FDO FT HOOD) is conducting a Sources Sought Notice for Fire Protection Services at Fort Hood, TX. This market research aims to identify qualified firms for a potential competitive procurement, which may include set-asides for small businesses, including Service-Disabled Veteran-Owned Small Businesses (SDVOSB). Responses are due by May 27, 2026.
Purpose
This notice is solely for market research and planning purposes to identify parties interested in and capable of providing Fire Protection Services. The government will use responses to determine the appropriate acquisition strategy, including potential set-asides for small businesses (8(a), SDB, HUBZone, SDVOSB, WOSB) or full and open competition. This is not a solicitation, and no contract will be awarded from this notice.
Scope of Work
The requirement involves comprehensive Fire Protection Services at Fort Hood, Texas, ensuring compliance with United Facilities Criteria (UFC) and National Fire Protection Association (NFPA) standards. Key services include:
- Annual inspections, testing, and repairs of various fire protection systems, including fire alarm monitoring, kitchen hood suppression, and fire pump testing.
- Inspection, Testing, and Maintenance (ITM) for fire alarm, sprinkler, fire pump, foam, chemical, fire door, standpipe, clean agent, and mass notification systems across general facilities and barracks.
- Scheduled and unscheduled ITM services, repairs, and replacement of obsolete fire alarm panels (subject to approval and funding).
- Preventative maintenance for diesel engine-driven fire pumps.
- Management of Demand Maintenance Orders (DMOs) with specified response times (P1 within 24 hours, P2 within 7 days, P3 within 30 days).
Contract & Timeline
- Type: Sources Sought Notice (Market Research)
- Anticipated NAICS: 561621, Security Systems Services (except Locksmiths), with a $25 million size standard.
- Set-Aside: Market research for potential set-asides, including Service-Disabled Veteran-Owned Small Business (SDVOSB).
- Response Due: May 27, 2026, by 7:00 PM ET.
- Published: May 5, 2026.
- Anticipated Period of Performance: One Base Year (June 1, 2027 – May 31, 2028) and four one-year option periods.
Submission Requirements
Interested parties must submit a capabilities statement (max 10 pages) via email to the Contract Specialist. The statement should include:
- Firm details: Name, POC, contact info, UEI, CAGE code, small business status/certifications, and NAICS.
- Interest in competing as a prime, and any subcontracting, joint venture, or teaming plans.
- Detailed information on previous experience with similar requirements (size, scope, complexity, timeframe, government/commercial), pertinent certifications, and ability to manage tasks of this nature and scale on Fort Hood, including subcontractor management.
- Identification of any conditions restricting competition and recommendations for improvement.
- Recommendations for improving the approach, specifications, draft PWS, or Performance Requirements Summary (PRS).
Key Requirements (from Draft PWS)
- Personnel Qualifications: Key personnel (Project Manager, Lead Technicians, Quality Control Inspector) require specific NICET certifications and experience.
- Quality Control Plan (QCP): Contractor must implement a comprehensive QCP.
- Safety Plan: Contractor must develop and implement a safety program.
- Security: Compliance with installation security regulations, checks, and training (AT Level I, iWATCH, OPSEC, E-VERIFY, CTIP).
- Reporting: Various daily, monthly, and electronic reports are required.
Additional Notes
This notice does not commit the U.S. Government to contract for any supply or service. Potential offerors are responsible for monitoring SAM.gov for any future solicitations. Corporate or proprietary data submitted will be protected.