Fire Training Facilities Maintenance
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, is conducting market research via a Sources Sought Notice for Fire Training Facilities Maintenance at Langley AFB, Virginia. This effort seeks capable sources for comprehensive inspection, testing, maintenance, and repair services for the Large Frame (LF), Small Frame (SF) Aircraft Fire Training Facilities (AFTF), and the Structural Fire Training Facility (SFTF). The Total Small Business Set-Aside is anticipated. Responses are due April 10, 2026.
Scope of Work
The contractor will provide all necessary supplies, equipment, and qualified personnel to ensure the fire training facilities remain serviceable and operationally effective. Key requirements include:
- Semi-annual inspections for AFTFs and SFTFs, including minor maintenance.
- Annual structural integrity inspections, with professional engineer inspections every two years for SFTFs.
- Inspection and repair of High Density Poly Ethylene (HDPE) liners.
- Replacement of cutout panels, inspection and maintenance of compressed air systems, and regulator adjustments.
- Adherence to Air Force Technical Order (T.O.) 35E 1-2-13-1, NFPA 1403, AWS D1.1, manufacturer recommendations, and all applicable local, state, and federal guidelines.
Contract & Timeline
- Type: Sources Sought (Market Research)
- NAICS Code: 541350 (Building Inspection Services), with a $11.5M small business size standard.
- Set-Aside: Total Small Business (FAR 19.5) is indicated.
- Response Due: April 10, 2026, by 2:00 p.m. Eastern Time.
- Anticipated RFQ Release: On or about April 15, 2026.
- Anticipated Award: On or about April 30, 2026.
- Published: April 3, 2026.
- Place of Performance: Langley Air Force Base, Joint Base Langley-Eustis, VA.
Submission & Evaluation
Interested parties must submit a capabilities package, not exceeding 8 pages, addressing questions outlined in the "Sources Sought Notice" document. Submissions should detail intent to propose, experience, technical/financial abilities, subcontract management, and small business status. Responses will inform the Government's decision on competition strategy. This notice is for planning purposes only and does not constitute a formal Request for Quote.
Additional Notes
Responses must be emailed to Vanity Wright (vanity.wright@us.af.mil) and Lester Yearwood (lester.yearwood.1@us.af.mil). A draft Performance Work Statement (PWS) is attached for complete details. Offerors must be registered in SAM.gov under NAICS 541350 and are responsible for monitoring SAM.gov for future updates.