Fire Suppression System Services at Joint Base Langley-Eustis Solicitation for Inspection, Testing, Maintenance (ITM), and Repair
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 633d Contracting Squadron, Department of the Air Force, is soliciting quotes for Inspection, Testing, Maintenance (ITM), and Repair services for pre-engineered fire suppression systems at Joint Base Langley-Eustis (Fort Eustis), Virginia. This is a 100% Total Small Business Set-Aside. Quotes are due by February 27, 2026, at 16:30 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 Commercial wet chemical systems. Services must comply with Unified Facilities Criteria (UFC) 3-601-02, NFPA standards (NFPA 2001, 17A, 96), manufacturer specifications, and UL standards. Key tasks include annual and semi-annual inspections, reporting discrepancies, and performing authorized repairs. Certified service technicians with applicable manufacturer training are required. The Performance Work Statement (PWS) details specific systems and locations for inspection.
Contract Details
- Contract Type: Firm-Fixed-Price Purchase Order
- Period of Performance: Base Year + Option Year 1
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
- NAICS Code: 561210 (Size Standard: $47,000,000.00)
- Place of Performance: Joint Base Langley-Eustis (Fort Eustis), VA
- Wage Determination: Bidders must adhere to U.S. Department of Labor Wage Determination No.: 2015-4341, Revision No.: 32, which specifies minimum wage rates, fringe benefits, vacation, holidays, and hazardous pay differentials.
Submission & Evaluation
Quotes must be submitted on company letterhead, itemized with unit and extended prices, and include a list of equipment. Award will be based on the Lowest Price Technically Acceptable (LPTA) method. Technical capability will be evaluated against Performance Work Statement (PWS) requirements, with a rating of "Acceptable" or "Unacceptable" required for award. Quotes must be effective for 30 days.
Key Dates & Actions
- Site Visit: February 18, 2026, at 14:00 EST. RSVP for facility access by February 13, 2026, at 12:00 EST to mehran.amini_tehrani.1@us.af.mil.
- Questions Due: February 20, 2026, by 16:30 EST via email to SrA Mehran Amini Tehrani.
- Quotes Due: February 27, 2026, by 16:30 EST. No late quotes will be accepted.