Fire Suppression System
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. Army (W6QM MICC-FDO FT HOOD) is conducting a Sources Sought to identify qualified small businesses capable of providing three (3) new RMT 4000 portable, unmanned firefighting units, or a technically equivalent fire suppression system, for an aircraft hangar at Fort Hood, Texas. This market research aims to determine if a small business set-aside is appropriate for a future solicitation. Responses are due by April 9, 2026, at 1500HRs CST.
Purpose & Scope
The government intends to procure a reliable, automated, and self-contained backup fire suppression system for a high-value aircraft hangar at Fort Cavazos (Fort Hood), which houses approximately $280 million in military assets. The system is needed to mitigate catastrophic asset loss due to primary system failure or insufficiency, particularly in "dead space" areas.
Key Requirements (Salient Characteristics):
- Quantity: Three (3) units.
- Suppression Area: Each unit must protect a minimum of 7,800 square feet.
- Foam Capacity: Each unit must have a minimum foam capacity of 240 gallons.
- Operation Mode: Completely self-contained, unmanned, and capable of automatic deployment upon fire detection.
- Discharge Mechanism: Equipped with one (1) or two (2) oscillating turrets.
- Suppression Agent Type: Must utilize a cold, dense, high-energy foam creating a superior vapor seal.
- Power Source: Battery-powered.
Desirable Characteristics:
- Easy integration with existing facility fire alarm and detection systems.
- Utilization of environmentally friendly fire suppression agents.
- Availability of a comprehensive maintenance and servicing agreement option.
Contract & Timeline
- Type: Sources Sought / Market Research (NAICS: 334519, Size Standard: 1,250 employees).
- Set-Aside: None specified; purpose is to determine potential for a small business set-aside.
- Response Due: April 9, 2026, at 1500HRs CST.
- Published: March 30, 2026.
Submission Requirements
Responses are limited to 5 pages and must include:
- Firm's name, point of contact, phone, email, UEI, CAGE code, and small business status (including type/certifications).
- Indication of interest as a prime contractor, and any planned subcontracting, joint ventures, or teaming arrangements.
- Detailed information on previous experience with similar requirements (size, scope, complexity, timeframe, government/commercial).
- Information on commercial availability, including pricing, delivery schedules, and customary terms.
- Recommendations on how the Army can best structure contract requirements to facilitate small business competition.
- Identification of any conditions restricting competition, with rationale, to the MICC Advocate for Competition.
- Recommendations to improve the approach/specifications/draft SOW/PWS.
Interested parties must submit a capabilities statement via email to brandi.s.lewis-reed.civ@army.mil.
Additional Notes
This is for information and planning purposes only and does not constitute a solicitation or a promise to issue one. The U.S. Government will not pay for information submitted. Potential offerors are responsible for monitoring SAM.gov for any future solicitations.