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 has issued an amended Request for Quote (RFQ) for Fire Suppression System Services at Joint Base Langley-Eustis (Fort Eustis), VA. This 100% Total Small Business Set-Aside opportunity requires Inspection, Testing, Maintenance (ITM), and Repair of pre-engineered fire suppression systems. Quotes are due March 6, 2026.
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/duct, 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 requirements include annual FM-200 inspections, semi-annual/annual commercial and residential wet chemical inspections, and optional "Approved Repairs." The Performance Work Statement (PWS) details specific inspection frequencies and requires certified service technicians with applicable manufacturer training, including for FM200 and Captive Aire Core Electronic Detection Systems. Deliverables include service schedules, initial status reports, and inspection reports within five work days.
Contract Details
- Type: Firm Fixed-Price Purchase Order (Combined Synopsis/Solicitation)
- Set-Aside: 100% Total Small Business Set-Aside (NAICS 561210, size standard $47M)
- Period of Performance: Base Year + Option Year 1
- Place of Performance: Joint Base Langley-Eustis (Fort Eustis), VA
- Estimated Value: Optional repairs have a Not-to-Exceed (NTE) amount of $5,000.
- Wage Determination: Wage Determination No.: 2015-4341, Revision No.: 32, establishes minimum wage rates and fringe benefits, crucial for cost proposals.
Submission & Evaluation
Award will be made based on the lowest price technically acceptable offer. Technical capability will be evaluated on the ability to meet PWS requirements, rated as "Acceptable" or "Unacceptable." Offerors must be registered in the System for Award Management (SAM). Quotes must be submitted on company letterhead, itemized, and include unit and extended prices.
Key Dates & Contacts
- Site Visit (Highly Recommended): February 24, 2026, at 14:00 EST. Email SrA Mehran Amini Tehrani (mehran.amini_tehrani.1@us.af.mil) by February 20, 2026, 12:00 EST for facility access.
- Questions Due: February 27, 2026, 12:00 EST to SrA Mehran Amini Tehrani (mehran.amini_tehrani.1@us.af.mil).
- Quotes Due: March 6, 2026, 12:00 EST. No late quotes accepted.
- Primary Contact: SrA Mehran Amini Tehrani (mehran.amini_tehrani.1@us.af.mil)
- Secondary Contact: Gerell Johnson (gerell.johnson@us.af.mil, 7572255256)