Naval Surface Warfare Center- Carderock Division – Fire Protection
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, Philadelphia District, on behalf of the Naval Surface Warfare Center- Carderock Division (NSWCCD), is conducting market research through a Sources Sought Notice to identify qualified Total Small Businesses capable of providing comprehensive Fire Protection Services. This includes inspection, maintenance, modification, and repair of fire alarm, protection, extinguishing, and notification systems at NSWCCD facilities in Bethesda and Gaithersburg, Maryland. Responses are due by 5:00 PM EST on April 3, 2026.
Purpose
This notice is for market research only to determine the availability and capability of potential Small Businesses (including WOSB, EDWOSB, HUBZone, SDVOSB, 8(a)) to perform the described fire protection services. The information gathered will inform the U.S. Army Corps of Engineers' acquisition strategy. This is not a request for proposals, and no contract will be awarded from this notice.
Scope of Work
The contractor shall provide all qualified personnel, equipment, supplies, transportation, materials, and supervision necessary for the inspection, maintenance, modification, and repair of all fire alarm, protection, extinguishing, and notification systems. This includes maintaining a database of all equipment and maintenance records. Services will be performed at NSWCCD in Bethesda, Maryland, and the Olney Support Facility in Gaithersburg, Maryland.
Anticipated Contract Details
The anticipated contract will be a Firm Fixed Price agreement, with an estimated duration of a base year (April 1, 2026 - March 31, 2027) and four (4) option years. This opportunity is designated as a Total Small Business Set-Aside. Funding will cover labor and materials, with a separate CLIN for consumables and non-recurring repairs capped at $50,000 per performance period.
Key Performance Requirements
- Routine Work: Annual inspections and preventative maintenance for fire alarm, notification, sprinkler, extinguishing, standpipe, and fire pump systems. Coordination with Naval District Washington Fire Department and NSWCCD divisions is required.
- Service Tickets: Response times of 1 hour for emergent issues and 1 working day for non-emergent issues. Service tickets are capped at $2,500 per incident.
- Personnel Qualifications: Specific NICET certifications are required for Fire Alarm Systems (Level II), Special Hazard Systems (Level II), and Water Based Suppression Systems (Level II or III).
- Security: Personnel must pass background checks and obtain a "secret clearance" for network access, adhering to Anti-Terrorism and OPSEC requirements.
- Quality Control & Safety: Development of a Quality Control Plan (QCP) and compliance with OSHA regulations, including submission of a Safety Plan.
Response Requirements
Interested parties should submit a response not exceeding 5 pages, including:
- Company name, address, UEI, CAGE Codes, and contact information.
- Business size and classification.
- A Capability Statement demonstrating the ability to perform the described work, including past performance on similar projects.
- Confirmation of the contractor's ability to manage the tasking as a prime contractor.
Submission Instructions
Responses must be submitted via email to Tiffany Chisholm (tiffany.z.chisholm@usace.army.mil) by 5:00 PM EST on April 3, 2026. Reference Solicitation # W912BU26QNSWC. Telephone inquiries will not be accepted.
Important Notes
This notice is for market research purposes only and does not constitute a solicitation. Requirements are subject to change or elimination.