Ft. Belvoir Fire Department Air Compressor 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 Department of the Army / MICC-FT BELVOIR has issued a Sources Sought notice for Self-Contained Breathing Apparatus (SCBA) compressor maintenance services at Fort Belvoir, VA fire stations. This is a Total Small Business Set-Aside market research effort to identify capable vendors. Responses are due by March 24, 2026, at 12:00 p.m. Eastern Time.
Purpose
This notice is issued by the Mission and Installation Contracting Command (MICC) – Fort Belvoir, Virginia, for preliminary market research. The government seeks information from interested businesses capable of providing SCBA maintenance services at fire stations 463, 464, 465, and 466 on Fort Belvoir, VA. This is not a solicitation, RFQ, IFB, or RFP, and does not commit the government to any contract award.
Scope of Work
The requirement involves providing all personnel, equipment, tools, materials, supervision, and non-personal services for the repair and preventative maintenance of four SCBA Cylinders Compressors and filling stations. Services must ensure compliance with NFPA 1989 (2019) standards for monitoring air systems, including regular maintenance, air sampling, identification and repair of issues, and written documentation of all services. Air sampling must be performed by an ISO 17025 accredited laboratory.
Contract & Timeline
- Type: Sources Sought (Market Research)
- Anticipated NAICS Code: 811310 Commercial and Industrial Machinery and Equipment, with a size standard of $13M. Respondents are asked for their opinion on the suitability of this NAICS code.
- Set-Aside: Total Small Business Set-Aside (FAR 19.5). All small business socioeconomic categories (8(a), HUBZone, SDVOSB, WOSB, SDB, EDWOSB) are encouraged to identify their capabilities.
- Response Due: March 24, 2026, 12:00 p.m. Eastern Time.
- Published: March 19, 2026.
- Place of Performance: Fort Belvoir, VA (Fire Stations #463, #464, #465, #466).
Submission Requirements
Capability statements should be emailed to Contract Specialist Donald R. Randles (donald.r.randles.civ@army.mil) and Contracting Officer Oswald Pascal (oswald.pascal.civ@army.mil). Submissions must include:
- Firm details, small business status, and certifications.
- Interest in prime contracting, subcontracting, or teaming plans.
- Detailed experience on similar requirements.
- Information on commercial availability and pricing.
- Suggestions for structuring requirements to facilitate small business competition.
- Identification of any restrictive actions.
Special Requirements (for potential future contract)
The potential future contract will be a Fixed Firm Price type. Contractor personnel will require local background checks (no older than six months) for base access and must be legal residents of the United States. The contractor will be responsible for providing all necessary materials, testing equipment, and tools, and developing a Quality Control Program (QCP) within 30 days of award. Employees must complete AT Level I, iWatch, and OPSEC Awareness training, and report labor hours via ecmra.mil.
Important Notes
Responses will be protected as corporate or proprietary if marked. No phone calls will be accepted. Submitting a response does not guarantee future participation in any solicitation. Potential offerors are responsible for monitoring SAM.gov for any future solicitations related to this requirement.