Fort Bliss 1AD CAB Hangar Fire Extinguishers
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 Army, MICC-FDO Fort Hood, is conducting a Sources Sought for 6-year maintenance, inspection, servicing, and recharge of 56, 150lb BC (Amerex 490) fire extinguishers for the 1AD CAB Hangar at Fort Bliss, El Paso, TX. This is a one-time, fixed-price contract with an expected duration of approximately 5 weeks. Responses are due February 4, 2026.
Scope of Work
The contractor shall provide non-personal services for the 6-year maintenance, recharge, valve rebuild, axle lubrication, and UV spray clear coating application for 56 Amerex Model 490, 150lb BC fire extinguishers. Services must comply with NFPA 10 standards and the Amerex 490 Owner's/Service Manual. The contractor will transport extinguishers from Biggs Army Airfield facilities, perform maintenance at their own facility (Nova Safety Products, Inc., El Paso, TX), and return them. Work will be completed in lots of 6 units every three days (excluding weekends/holidays) for 10 cycles, with the final cycle involving 2 units. Deliverables include annual certification tags with serial number, unit size, and chemical type.
Contract & Timeline
- Opportunity Type: Sources Sought
- Contract Type: Fixed-Price
- Duration: Approximately 5 weeks
- Set-Aside: None specified
- Response Due: February 4, 2026, 4:00 PM EST
- Published: January 28, 2026
Performance Requirements & Standards
The contractor must develop, implement, and maintain a Quality Control Plan (QCP), submitted within 30 days of contract award, addressing inspection, deficiency identification, and correction processes. Government performance evaluation will be based on a Quality Assurance Surveillance Plan (QASP). Performance Requirements Summary (Attachment 1) outlines key objectives, including 100% compliance for combating trafficking in persons, transportation of extinguishers, and 6-year services/inspections.
Special Requirements
- Place of Performance: Contractor's facility at 2112 Wyoming Avenue, El Paso, Texas.
- Hours of Operation: 09:00 AM to 05:00 PM, Monday through Friday, excluding Federal holidays.
- Personnel: Contractor employees are not subject to government supervision but must obtain a Fort Bliss AIE access pass, undergo State Police Department background checks, and adhere to Force Protection/Health Protection Condition guidance. They must identify themselves as contractor personnel (badges, uniforms).
- Key Personnel: A contract manager and alternate are required, holding a Type B-Portable Fire Extinguisher License (FEL-B) issued by the State of Texas, State Fire Marshal.
- Training: Required training includes Anti-Terrorism (AT) Level I, OPSEC Awareness, Threat Awareness Reporting Program (TARP), and iWATCH.
- Reporting: Service Contract Reporting (SCR) inputs for labor executed must be reported via SAM.gov by October 30th of each calendar year.