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, has issued an amended Request for Quote (RFQ) for Fire Suppression System Services at Joint Base Langley-Eustis (Fort Eustis), VA. This opportunity is for the Inspection, Testing, Maintenance (ITM), and Repair of pre-engineered fire suppression systems. It is a 100% Total Small Business Set-Aside. Proposals are due March 13, 2026, at 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" fire suppression systems, Residential kitchen hood and duct fire suppression systems, and Wet chemical fire suppression 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. The Performance Work Statement (PWS) details specific inspection frequencies and reporting requirements. Contractors must possess current and valid certifications for both FM200 and Captive Aire Core Electronic Detection Systems.
Contract Details
- Type: Firm-Fixed-Price Purchase Order
- Set-Aside: 100% Total Small Business Set-Aside (FAR 19.5)
- NAICS: 561210 (Size Standard: $47,000,000)
- Period of Performance: Base Year and Option Year 1
- Place of Performance: Joint Base Langley-Eustis (Fort Eustis), VA 23604
Submission & Evaluation
- Proposal Due: March 13, 2026, 12:00 PM EST. No late quotes will be accepted.
- Submission: Itemized quote on company letterhead.
- Evaluation: Award will be made based on the Lowest Price Technically Acceptable (LPTA). Technical capability will be rated "Acceptable" or "Unacceptable" based on the ability to meet PWS requirements.
- Eligibility: Offerors must be registered in SAM.gov.
Key Dates & Contacts
- Site Visit (Highly Recommended): February 24, 2026, 14:00 EST. RSVP for facility pass by February 20, 2026, 12:00 EST to SrA Mehran Amini Tehrani.
- Questions Due: February 27, 2026, 12:00 EST.
- Primary Contact: SrA Mehran Amini Tehrani, mehran.amini_tehrani.1@us.af.mil
Additional Information
The Wage Determination (2015-4341, Rev. 32) outlines minimum wage rates and fringe benefits, which are critical for cost proposals. A "Schedule of Systems and Locations" document provides detailed system lists, inspection frequencies, and pricing structure.