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), specifically BASE NEW ORLEANS, is soliciting proposals for Fire System Maintenance at MAT Pascagoula, MS. This opportunity seeks qualified vendors to provide required inspections and services for fire protection systems and equipment to meet National Fire Protection Association (NFPA) standards. This is a Total Small Business Set-Aside. Quotes are due by February 18, 2026.
Scope of Work
The contractor will furnish all labor, tools, materials, transportation, equipment, supervision, and personnel to perform inspections and services for fire protection systems at USCG MAT Pascagoula, located at 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 (per NFPA 72, 2020 Standard), including visual inspections, pressure testing, flow verification, and valve maintenance.
- Fire Alarm Systems (per NFPA 72, 2019 Standard), including function tests of control panels, initiating devices (smoke, heat, CO detectors, pull stations), indicating devices, and verification of signals to monitoring companies. The fire alarm systems are Siemens brand.
- Carbon Monoxide Detectors.
Work locations include FRC Building 100 and MAT Building 104. Contractors must provide additional quotes for any required maintenance and repairs not covered by the Performance Work Statement (PWS). Work must be scheduled to minimize interference with facility operations, typically between 8:00 AM and 3:00 PM, Monday-Friday (excluding Federal Holidays), with prior notice to the COR.
Contract & Timeline
- Contract Type: Firm-Fixed Price Purchase Order
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
- Period of Performance: One base year (February 23, 2026 – February 22, 2027) with four one-year option periods, extending potentially through February 22, 2031.
- Response Due: February 18, 2026, by 21:00:00Z.
- Published Date: February 13, 2026.
Evaluation & Submission
This will be a firm-fixed priced purchase order awarded to the lowest bidder. Quotes must provide a total price for the base year and all option years. All contractors must be actively registered in SAM.gov. Offers should include the solicitation number, offeror's details, technical description, price, and completed representations/certifications. The Government may award without discussions.
Additional Notes
A site visit is highly recommended to become familiar with existing conditions. Contact CWO Mike Ackiss at 504-239-4937 or Carlton.M.Ackiss@uscg.mil to arrange. A "REGISTER OF WAGE DETERMINATIONS UNDER THE SERVICE CONTRACT ACT" for Jackson County, MS, is provided, which bidders must consider for labor costs. A preventative maintenance schedule is also available, detailing equipment and service frequencies. Submit quotes to Joel.S.Ivy@uscg.mil.