Fire Suppression and System Sustainment 2026 v2
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 Air Force is seeking quotes for Fire Suppression and System Sustainment services at Edwards Air Force Base, CA. This is a Request for Quote (RFQ), 100% set aside for Small Businesses, to inspect, test, and maintain fire suppression systems. The contract will be a Firm Fixed Price award. Quotes are due April 15, 2026, at 0900 AM PDT.
Scope of Work
This opportunity requires the contractor to provide all labor, equipment, and material for the inspection, testing, and recurring maintenance of all building fire suppression systems at the Benefield Anechoic Facility (BAF), Building 1030, Edwards AFB. Key tasks include:
- Periodic testing of one quadrant of the anechoic chamber's fire suppression system annually, adhering to NFPA and UFC standards.
- Replacement of Radiation Absorbent Material (RAM) pieces as needed.
- Identification and reporting of any corrections, damage, or out-of-compliance systems or components to the government.
Contract Details
- Solicitation Type: Request for Quote (RFQ) under Simplified Acquisition Procedures.
- Contract Type: Firm Fixed Price.
- Period of Performance: 1 base year + 4 option years.
- Set-Aside: 100% Small Business Set-Aside (SBSA).
- NAICS Code: 541990 "All Other Professional, Scientific and Technical Services" with a size standard of $19,500,000.00.
- Place of Performance: Edwards Air Force Base, CA.
Key Dates
- Site Visit: April 8, 2026, at 0920 PDT (RSVP required by March 31, 2026, 03:00 PM PDT, with DoD Safe submission by April 1, 2026, 11:00 AM PDT).
- Questions Due: April 9, 2026, at 0900 AM PDT.
- Quotes Due: April 15, 2026, at 0900 AM PDT.
Submission Requirements
Offerors must submit a complete quote via email (max 10MB), utilizing the attached SF1449 and a separate PDF quote. The quote must contain information and pricing for all Contract Line Items (CLINs) and include:
- SAM UEI, TIN, CAGE Code, Contractor Name, Payment Terms, Point of Contact Name and Phone Number, Email address, Price, Warranty, Date Offer Expires, FOB Destination, Estimated Delivery Lead Time.
- A Technical Approach limited to 10 pages. The government intends to award without discussions, so initial quotes should represent the best terms.
Evaluation Factors
Award will be made to the responsible offeror whose quote is deemed Lowest Priced Technically Acceptable (LPTA). Evaluation factors are:
- Technical Acceptability.
- Price.
Special Requirements
Contractors must possess OSFM certification to test fire sprinkler systems and a C16 license. Compliance with federal, state, and local laws, including environmental protection and hazardous materials, is required. A Safety and Health Plan must be submitted. Contractor employees are subject to appearance standards, background checks, and substance abuse testing.
Contact Information
- Primary: Abel Alcantar (abel.alcantar.1@us.af.mil)
- Secondary: JAMIL MINOSA (jamil.minosa.2@us.af.mil)