Fire Sprinkler Maintenance at Coast Guard Academy
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 US Coast Guard is conducting a Sources Sought for Fire Sprinkler Maintenance at the Coast Guard Academy in New London, CT. This is market research, not a solicitation, to identify qualified vendors capable of providing comprehensive maintenance, inspection, and testing services for fire suppression systems. Responses are due February 18, 2026.
Scope of Work
The objective is to procure services for the preventative maintenance, inspection, and testing of various fire suppression and safety systems at the U.S. Coast Guard Academy. This includes:
- Sprinkler systems
- Standpipe systems
- Backflow preventers
- Sprinkler system fire pumps
- Fire hydrants
The contractor will perform routine and emergency services, providing 24-hour emergency response with a four-hour response time for critical calls. All necessary labor, materials, tools, equipment, supervision, and transportation must be furnished.
Contract & Timeline
- Type: Sources Sought (Market Research)
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
- Product Service Code: J042 (Maintenance, Repair And Rebuilding Of Equipment: Fire Fighting, Rescue, And Safety Equipment)
- Place of Performance: U.S. Coast Guard Academy, New London, CT
- Period of Performance: Anticipated base period plus four one-year option periods.
- Response Due: February 18, 2026, 5:00 PM EST
- Published: January 28, 2026
Performance Standards & Special Requirements
All work must comply with current applicable State and Federal Regulations, National Fire Protection Agency (NFPA) Codes (current editions), and USCGA Policies. Inspection and testing reports are required within 10 calendar days of completion, including written estimates for discrepancies. Specific reporting formats are mandated.
Special requirements include:
- Contractor must provide evidence of current company and employee licenses (F1 Unlimited Contractor), certifications, permits, and insurance.
- Personnel must follow specific check-in/check-out procedures and coordinate schedules with the CGA Fire Marshal.
- Prevailing wage and fringe benefits, as determined by the Department of Labor, apply.
- Contractor is responsible for ground restoration post-testing.
- A detailed initial inspection report of existing conditions is required within 10 working days of contract award.
- Appendices A, B, and C provide specific lists of systems, backflow preventers, and fire hydrants.
Submission Requirements
Interested parties should review the Statement of Work (SOW) and provide a technical capability statement along with a Rough Order of Magnitude (ROM) total cost estimation.
Contact Information
Primary Point of Contact: Maeve Schaeffer (Maeve.M.Schaeffer@uscg.mil)