Fire System Maintenance for MAT Pascagoula, MS for USCG
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 U.S. Coast Guard (USCG) is soliciting quotes from qualified vendors for Fire System Maintenance at MAT Pascagoula, MS. This opportunity is a Total Small Business Set-Aside for required inspections and services to ensure compliance with National Fire Protection Association (NFPA) standards. The contract will be a firm-fixed-price purchase order with a one-year base period and four one-year option periods. Quotes are due by February 18, 2026.
Scope of Work
The contractor shall furnish all labor, tools, materials, transportation, equipment, supervision, and personnel to perform inspections and services for fire protection systems and equipment at U.S. Coast Guard MAT Pascagoula, 104 USS Vicksburg Way, Pascagoula, MS 39595. The objective is to detect potential problems and minimize future repair costs by adhering to NFPA standards. Services include quarterly, semiannual, and annual inspections for:
- Wet-Automatic Fire Sprinkler Systems: Including visual inspections, pressure testing, flow verification, dry system trip tests, draining/refilling, and valve maintenance. Each building has one sprinkler riser.
- Fire Alarm Systems: Including function tests of control/enunciator panels, initiating devices (smoke, heat, CO detectors, pull stations), indicating devices (horn strobes), and verification of signals to monitoring company. The fire alarm systems are Siemens brand.
- Carbon Monoxide Detectors.
Work locations include FRC Building 100 and MAT Building 104. The contractor must provide additional quotes for any maintenance and repairs not covered in the Performance Work Statement (PWS) and obtain authorization before proceeding.
Contract & Timeline
- Contract Type: Firm-Fixed Price Purchase Order
- Set-Aside: Total Small Business (100%)
- Period of Performance:
- Base Period: February 23, 2026 – February 22, 2027
- Option Year One: February 23, 2027 – February 22, 2028
- Option Year Two: February 23, 2028 – February 22, 2029
- Option Year Three: February 23, 2029 – February 22, 2030
- Option Year Four: February 23, 2030 – February 22, 2031
Submission & Evaluation
- Quotes Due: February 18, 2026, to Joel.S.lvy@uscg.mil.
- Evaluation: Award will be made to the lowest bidder.
- Requirements: Contractors must be actively registered in SAM.gov. Quotes must provide a total price for the base year and all option years.
- Mandatory Review: It is mandatory to examine the PWS. A site visit is highly recommended to become familiar with existing conditions. To schedule a site visit, contact CWO Mike Ackiss at 504-239-4937 or Carlton.M.Ackiss@uscg.mil.
- Wage Rates: Bidders must account for the Service Contract Act wage determinations for Jackson County, MS, which specify minimum hourly wage rates and fringe benefits.
Special Requirements
Work must be scheduled to minimize interference with facility operations, typically between 8:00 AM and 3:00 PM, Monday-Friday (excluding Federal Holidays). Contractors are responsible for adhering to all safety procedures, furnishing Personal Protective Equipment (PPE), and safeguarding Government personnel and property. Detailed inspection reports must be submitted to the COR within five business days of inspection.