Hangar 3211 Fire Suppression Repair

SOL #: FA448426R0002Solicitation

Overview

Buyer

DEPT OF DEFENSE
Dept Of The Air Force
FA4484 87 CONS PK
JB MDL, NJ, 08641, United States

Place of Performance

CAPE MAY CH, NJ

NAICS

Plumbing (238220)

PSC

Maintenance, Repair And Rebuilding Of Equipment: Fire Control Equipment (J012)

Set Aside

Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14) (SDVOSBC)

Timeline

1
Posted
Jan 7, 2026
2
Last Updated
Feb 18, 2026
3
Submission Deadline
Feb 20, 2026, 3:00 PM

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 Air Force is soliciting proposals for the Hangar 3211 Fire Suppression Repair project at Joint Base McGuire-Dix-Lakehurst (JB MDL), New Jersey. This project involves the demolition of existing fire suppression and alarm systems and the installation of new, modern systems. This is a Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside. Proposals are due February 20, 2026.

Scope of Work

The project's primary objective is to upgrade the fire suppression and alarm systems in Hangar 3211. This includes:

  • Demolition and removal of the existing High Expansion Foam (HEF) fire suppression system and associated components.
  • Demolition and removal of the existing fire alarm system.
  • Installation of a new mass notification fire alarm/HEF system.
  • Installation of a new fire alarm voice evacuation system control panel (FACP) with emergency communication control, an autonomous control unit, and an embedded radio transceiver.
  • Incidental related work. Detailed technical specifications, design narratives, and drawings are provided in the solicitation documents (e.g., J2_Specifications.pdf, J3_Design Narrative.pdf, J5_Drawings.pdf).

Contract Details

  • Contract Type: Firm Fixed Price (FFP)
  • Period of Performance: 365 calendar days from the Notice to Proceed.
  • Estimated Magnitude: Between $10,000,000 and $25,000,000.
  • NAICS Code: 238220 (Commercial and Institutional Building Construction), with a size standard of $19M.
  • Set-Aside: 100% Service-Disabled Veteran-Owned Small Business (SDVOSB).
  • Place of Performance: Joint Base McGuire-Dix-Lakehurst, CAPE MAY CH, NJ.
  • Funding: Funds are not presently available for this effort; no award will be made until funds are available. The Government reserves the right to cancel the solicitation.

Submission & Evaluation

  • Proposal Due Date: February 20, 2026, by 10:00 AM local time.
  • Submission Method: Electronically via email to kristen.rodgers.2@us.af.mil and wanda.wilson.1@us.af.mil.
  • Proposal Structure: Proposals must be submitted in three volumes: Contract Documents, Past Performance (limited to 30 pages), and Price.
  • Evaluation Factors: A Tradeoff process will be used, with Past Performance being significantly more important than Price. Past performance must be recent (within 5 years) and relevant (similar scope, magnitude, and complexity, with an award value of no less than $3M).
  • Bid Bonds: Required.
  • Proposal Validity: Offers must remain valid for 180 calendar days.

Key Dates & Contacts

  • Site Visit: January 20, 2026, at 08:30 AM EST at Hangar B3211, JBMDL.
  • Questions Due: January 30, 2026, by 10:00 AM EST.
  • Primary Contact: Kristen Rodgers (kristen.rodgers.2@us.af.mil, 609-754-4690).
  • Secondary Contact: Wanda L. Wilson (wanda.wilson.1@us.af.mil, 609-754-4950).

Additional Information for Bidders

  • Base Access & Security: Contractors must comply with JB MDL antiterrorism and security requirements, including background checks, Entry Authority Lists (EALs), and vehicle access procedures (refer to J7, J6, J-11 documents).
  • Wage Determination: The Burlington County, NJ wage determination (J10) applies, requiring adherence to specified minimum wage rates and fringe benefits.
  • Medical Costs: Contractors are responsible for the medical costs of their employees injured on duty; the 87th Medical Treatment Facility provides only initial urgent care (J8).

People

Points of Contact

Wanda L. WilsonSECONDARY

Files

Files

Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download

Versions

Version 7
Solicitation
Posted: Feb 18, 2026
View
Version 6
Solicitation
Posted: Feb 11, 2026
View
Version 5
Solicitation
Posted: Jan 29, 2026
View
Version 4
Solicitation
Posted: Jan 28, 2026
View
Version 3Viewing
Solicitation
Posted: Jan 9, 2026
Version 2
Solicitation
Posted: Jan 8, 2026
View
Version 1
Solicitation
Posted: Jan 7, 2026
View
Hangar 3211 Fire Suppression Repair | GovScope