FIRE SUPPRESSION SYSTEMS
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 Navy (NAVFACSYSCOM MID-ATLANTIC) is issuing a presolicitation for Fire Suppression Systems services at Marine Corps Base Camp Lejeune and Marine Corps Air Station-New River, NC. This opportunity is set aside for Total Small Business concerns and will result in a Firm-Fixed Price (FFP), Non-recurring Indefinite Delivery/Indefinite Quantity (IDIQ) contract. The solicitation is anticipated on or after April 23, 2026, with proposals due approximately 30 days thereafter.
Scope of Work
The selected contractor will provide all necessary labor, management, supervision, tools, material, and equipment for comprehensive services related to fire suppression systems. This includes:
- Preventative maintenance
- Inspection and testing
- Repairs
- Incidental engineering
Contract & Timeline
- Contract Type: Firm-Fixed Price (FFP), Non-recurring IDIQ
- Period of Performance: One (1) base year plus four (4) twelve-month option years, for a total term of up to 60 months. An additional six (6) months may be exercised under FAR clause 52.217-8.
- Estimated Value: The incumbent contract is valued at $1,300,861.00.
- Set-Aside: Total Small Business
- NAICS Code: 561621, Facilities Support Services (Size Standard: $25M)
- Wage Determination: The Service Contract Act (SCA) Wage Determination will apply.
- Solicitation Availability: On or after April 23, 2026
- Estimated Proposal Receipt: 30 days after solicitation issue date
Evaluation
Award will be based on a Lowest Price Technically Acceptable (LPTA) evaluation, following FAR 15.305(a)(2) Proposal evaluation procedures. Proposals will be assessed on corporate experience, technical capability, safety, price (or cost), and past performance data.
Additional Notes
- Qualified Contractors must be registered in the System for Award Management (SAM).
- Telephonic inquiries will not be accepted; direct questions via email to Sharon E. Humphrey (sharon.e.humphrey.civ@us.navy.mil).
- The incumbent contractor is Media Plumbing & Heating Inc.
- Submission format for proposals will be electronic only, in Adobe Acrobat PDF file format.