Intent to Sole Source Fire Support 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 U.S. Army Corps of Engineers (USACE), Philadelphia District, intends to award a sole-source contract to Conquest Solutions for Fire Protection Inspection, Testing, Maintenance, and Repair Services at the Naval Surface Warfare Center Carderock Division (NSWCCD) in Bethesda, MD, and the Olney Support Facility in Gaithersburg, MD. This action is a bridge contract to ensure uninterrupted services while a follow-on competitive procurement is completed. Responses from other responsible sources are due by March 25, 2026.
Scope of Work
The contractor will provide all certified personnel, equipment, and supervision for installation-wide inspection, testing, maintenance, repair, and operational support for all fire protection systems. This includes, but is not limited to, fire alarm and notification systems, automatic fire sprinkler systems, standpipe systems, fire pumps, special hazard fire suppression systems (e.g., FM-200), smoke/heat detection systems, and portable fire extinguishers.
Contract & Timeline
- Type: Intent to Sole Source (Special Notice)
- Authority: FAR 6.302-1 – Only One Responsible Source
- NAICS: 561210 (Facilities Support Services)
- Set-Aside: Total Small Business Set-Aside (for the future competitive procurement)
- Response Due: March 25, 2026, by 6:00 PM EST
- Published: March 10, 2026
Justification for Sole Source
Conquest Solutions is the incumbent and possesses unique and highly specialized qualifications and experience critical for uninterrupted performance. Award to any other source would result in unacceptable delays and substantial duplication of cost. Key justifications include:
- Unique Experience and Intimate Knowledge: Incumbent has unparalleled understanding of complex, non-standard fire protection infrastructure at NSWCCD, acquired through years of performance.
- Specialized and Certified Personnel: Incumbent's workforce holds required, difficult-to-find certifications (e.g., NICET Level IV) and has a proven track record with facility-specific systems.
- Substantial Duplication of Cost and Unacceptable Delays: A new contractor would require extensive site surveys, diagnostics, and training, duplicating costs and introducing delays that would endanger personnel, government property, and risk non-compliance with federal and DoD mandates.
Additional Notes
This notice is NOT a request for competitive proposals. However, all responsible sources may submit a capability statement, proposal, or quotation demonstrating a clear and convincing ability to meet all service requirements and overcome the challenges outlined in the justification. The agency plans to compete the five-year requirement in the future, which will be a Total Small Business Set-Aside.