Fire Suppression System Services at Joint Base Langley-Eustis Solicitation for Inspection, Testing, Maintenance (ITM), and Repair (Amended)
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, 633d Contracting Squadron, is soliciting quotes for Fire Suppression System Services at Joint Base Langley-Eustis (Fort Eustis), VA. This opportunity covers Inspection, Testing, Maintenance (ITM), and Repair of pre-engineered fire suppression systems. This is a 100% Total Small Business Set-Aside. Proposals are due March 13, 2026, by 12:00 PM EST.
Scope of Work
The contractor shall provide all labor, materials, supplies, equipment, and transportation for ITM and repairs of various fire suppression systems, including Clean Agent "FM-200", residential kitchen hood, and wet chemical systems. Services must comply with Unified Facilities Criteria (UFC) 3-601-02, National Fire Protection Association (NFPA) standards (NFPA 2001, NFPA 17A, NFPA 96), manufacturer specifications, and Underwriters Laboratories (UL) standards. Key tasks include submitting service schedules, initial status reports, and detailed inspection reports.
Contract Details
This will be a Firm-Fixed-Price purchase order with a Base Year and Option Year 1. The base contract pricing covers testing and inspections only; repairs are handled separately, with an annual not-to-exceed amount of $5,000. The NAICS code is 561210 with a $47,000,000 size standard.
Key Requirements & Clarifications
Offerors must possess current and valid certifications for both FM200 and Captive Aire Core Electronic Detection Systems. The Wage Determination (2015-4341, Rev. 32) outlines minimum wage rates, fringe benefits, and hazardous pay, which bidders must incorporate into their cost proposals. Recent RFI responses clarify that as-built drawings are unavailable, provide details on hose testing (FM200 systems past due for 5-year testing), and confirm the repair process for deficiencies. A 90-day warranty on work performed is required.
Submission & Evaluation
Quotes must be submitted on company letterhead, including itemized unit and extended prices. Award will be based on the Lowest Price Technically Acceptable (LPTA) method, with technical capability evaluated as "Acceptable" or "Unacceptable" based on PWS requirements.
- Site Visit: Rescheduled for February 24, 2026, at 14:00 EST. Attendance is highly recommended. Email mehran.amini_tehrani.1@us.af.mil by February 20, 2026, for facility access.
- Questions Due: February 27, 2026, by 12:00 EST to SrA Mehran Amini Tehrani (mehran.amini_tehrani.1@us.af.mil).
- Proposal Due: March 13, 2026, by 12:00 PM EST. No late quotes will be accepted.