H--NCAO Fire Extinguisher and CO2 Services
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 Interior, Bureau of Reclamation, is conducting a Sources Sought for Fire Extinguisher and CO2 Services for its Northern California Area Office (NCAO). This is for acquisition planning purposes to identify qualified small businesses and determine the appropriate acquisition method, including the possibility of a small business socio-economic set-aside. Capability statements are due by April 21, 2026.
Scope of Work
The contractor will be required to provide all labor, supervision, equipment, transportation, supplies, and tools for comprehensive fire extinguisher and CO2 services. Key tasks include:
- Portable Fire Extinguisher (PFE) Annual Inspections
- PFE Maintenance (internal inspection)
- PFE Hydro Testing
- PFE On-Call Services
- CO2 Cylinders – Semi-Annual Weight Inspection
- CO2 Cylinders – Transportation, Filling, and Hydrostatic Testing
- CO2 Cylinders – On-Call Services
Contract & Timeline
- Type: Sources Sought (Market Research)
- Set-Aside: Potential for small business socio-economic set-aside (to be determined based on responses)
- NAICS Code: 541990 – All Other Professional, Scientific, and Technical Services
- Small Business Size Standard: $19.5 Million
- Response Due: April 21, 2026, 3:00 p.m. PDT
- Published: April 7, 2026
Evaluation
Capability statements will be reviewed to assess the availability and technical capability of small businesses with relevant experience, expertise, administration, and management to perform the required services. This will inform the overall procurement strategy.
Additional Notes
This is a Sources Sought announcement for planning purposes only and does not constitute a formal solicitation. Any future solicitation will be posted on SAM.gov. Interested contractors must submit capability statements detailing firm information, point of contact, and demonstration of previous experience as a prime or subcontractor for similar services. All responses and questions should be directed to Steven Teves, Contracting Officer, via email at steven_teves@ios.doi.gov.