Fire Suppression System Installation - BLDG 450 Grissom ARB, IN
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 proposals for the design, build, and installation of a complete fire suppression system for Building 450 at Grissom Air Reserve Base, IN. This is a Non-Appropriated Fund (NAF) contract, meaning it does not obligate appropriated federal funds. The award will be made to the responsible and capable offeror with the lowest price technically acceptable proposal. Proposals are due by May 8, 2026, at 07:00 AM local time.
Scope of Work
This opportunity requires a Design-Build approach for a complete and operational dry-type fire suppression system, including all supporting infrastructure, for an 88' x 56' pole barn (Building 450). Key deliverables include a complete design, construction, project management, and closeout documentation (as-built drawings, O&M manuals, training). The system must comply with National Fire Protection Association (NFPA) standards, federal codes, Department of Defense (DOD) guidelines, and Unified Facility Guide Specifications (UFGS). Specific requirements include an enclosed/insulated/heated utility room, new fire hydrant, Post Indicator Valve (PIV), Fire Department Connection (FDC), and an outside hose bib/faucet.
Contract Details
- Contract Type: Combined Synopsis/Solicitation, Firm Fixed Price for both design and installation.
- Funding: Non-Appropriated Funds (NAF). Funds are not presently available, and the Government reserves the right to cancel the solicitation without obligation to reimburse offerors for costs.
- Set-Aside: No set-asides.
- NAICS Code: 238220 (Plumbing, Heating, and Air-Conditioning Contractors)
- PSC: N012 (Installation of Equipment- Fire fighting/rescuing/safety equipment)
- Period of Performance: 14 calendar days to begin performance after award, with completion within 180 calendar days.
- Bonds: A 20% bid bond is required with the proposal. Payment and Performance bonds are required for the award.
- Data Rights: Unlimited Data Rights to all drawings will be retained by the NAF Requirement Owner.
- Key Clauses: Includes Davis-Bacon Act wage determinations (IN20260020), NAF Construction Clauses (e.g., Buy American–Construction Materials, Liquidated Damages, Design with Funding Limitations), and Grissom ARB Environmental Requirements (e.g., hazardous materials, stormwater, asbestos, lead-based paint).
Submission & Evaluation
- Evaluation Criteria: Lowest price technically acceptable proposal from a responsible and capable offeror.
- Responsibility: Bidders must complete and return a Financial Institution Reference Sheet for each business account to assess financial responsibility.
- Eligibility: Offerors must have a REAL ID for base access.
Key Dates
- Questions Due: April 21, 2026, 10:00 AM local time.
- Site Visit: April 15, 2026, 09:00 AM at Grissom ARB Visitor Center. Base access requests must be submitted at least one business day prior using the DBIDS pre-enrollment portal.
- Proposals Due: May 8, 2026, 07:00 AM local time.
- Published Date: April 8, 2026.
Contact Information
- Contracting Officer: Cedric Q. Roberts
- Email: Cedric.roberts@us.af.mil
- Phone: 765-688-2818