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 633d Contracting Squadron, Department of the Air Force, is soliciting quotes for Fire Suppression System Services at Joint Base Langley-Eustis (Fort Eustis), VA. This opportunity is a 100% Small Business Set-Aside for the Inspection, Testing, Maintenance (ITM), and Repair of pre-engineered fire suppression systems. Quotes are due by March 6, 2026, at 12:00 EST.
Scope of Work
The contractor will 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, NFPA standards (NFPA 2001, 17A, 96), manufacturer specifications, and UL standards. Key deliverables include an initial status report, planned work schedules, and detailed inspection/repair reports within 5 work days of service.
Contract Details
- Contract Type: Firm-Fixed-Price Purchase Order
- Period of Performance: Base Year + Option Year 1
- Set-Aside: 100% Small Business Set-Aside (FAR 19.5)
- NAICS Code: 561210 (Facilities Support Services) with a $47,000,000 size standard
- Place of Performance: Joint Base Langley-Eustis (Fort Eustis), VA
Key Requirements & Certifications
Offerors must possess current and valid certifications for both FM200 and Captive Aire Core Electronic Detection Systems. The contractor must use certified service technicians with applicable manufacturer training. A 90-day warranty on work performed is required. The U.S. Department of Labor Wage Determination No.: 2015-4341 (Revision No.: 32) applies, outlining minimum wage rates and fringe benefits.
Submission & Deadlines
- Site Visit: Rescheduled for February 24, 2026, at 14:00 EST. Attendance is highly recommended due to project complexity. Email mehran.amini_tehrani.1@us.af.mil by February 20, 2026, 12:00 EST, if a pass is required.
- Questions Due: February 27, 2026, at 12:00 EST to SrA Mehran Amini Tehrani (mehran.amini_tehrani.1@us.af.mil).
- Quotes Due: March 6, 2026, at 12:00 EST. Quotes must be on company letterhead and include itemized pricing. No late quotes will be accepted.
Evaluation
Award will be made based on the Lowest Price Technically Acceptable (LPTA). Technical capability will be evaluated on the ability to meet Performance Work Statement (PWS) requirements, with an "Acceptable" rating required for award. Contractors must be registered in SAM.gov.