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 U.S. Coast Guard (USCG) is conducting a Sources Sought for Fire Sprinkler Maintenance services at the Coast Guard Academy in New London, CT. This market research aims to identify qualified vendors for preventative maintenance, inspection, and testing of fire suppression systems. Responses are due February 18, 2026.
Purpose
This is a Sources Sought notice for market research, not a solicitation. Its purpose is to gather information on commercially available products/services to assist the USCG in determining the appropriate acquisition strategy, including potential set-asides. The procurement is subject to the Randolph-Sheppard Act (RS-Act), which establishes a priority for blind persons represented by State Licensing Agencies (SLAs).
Scope of Work
The requirement, detailed in the Statement of Work (SOW), includes:
- Comprehensive inspections, testing, and preventative maintenance of sprinkler systems, standpipe systems, backflow preventers, fire pumps, and fire hydrants.
- Routine and emergency services, including 24-hour emergency response with a four-hour callback time.
- Furnishing all necessary labor, materials, tools, equipment, supervision, and transportation.
- All work must comply with current State and Federal Regulations, NFPA Codes, and USCGA Policies.
- Contractor personnel must adhere to specific check-in/check-out procedures and coordinate with the CGA Fire Marshal.
- The contract is anticipated to include a base period plus four one-year option periods.
Submission Requirements
Interested vendors are encouraged to provide:
- Rough Order of Magnitude (ROM) cost estimate: Non-binding, for planning purposes, including assumptions, cost drivers, risks, or efficiencies.
- Company Capability Statement: Explaining experience, ability to meet all or part of the requirements, company name, UEI, CAGE, business size (e.g., Small Business, 8(a), SDVOSB, HUBZone), relevant experience, and a list of recent, relevant contracts (last 3-5 years) with details on performance, value, and contacts.
- Applicable certifications or qualifications.
Contract & Timeline
- Opportunity Type: Sources Sought / Market Research
- Anticipated Duration: Base period + 4 one-year option periods
- Priority: Subject to Randolph-Sheppard Act (RS-Act) priority for blind vendors.
- Response Due: February 18, 2026, 5:00 PM EST
- Published: January 28, 2026
Place of Performance
U.S. Coast Guard Academy, New London, CT.
Additional Notes
This notice is for planning purposes only and does not constitute a request for proposal or guarantee a future solicitation. Responses will not be reimbursed. All interested parties must respond to any subsequent solicitation published on SAM.gov. Telephone responses will not be accepted. Submissions should be sent via email to Maeve.M.Schaeffer@uscg.mil.