PKAA Fire Suppression MAFS (Service)

SOL #: FA461326Q0007Solicitation

Overview

Buyer

DEPT OF DEFENSE
Dept Of The Air Force
FA4613 90 CONS PK
FE WARREN AFB, WY, 82005-2860, United States

Place of Performance

FE Warren AFB, WY

NAICS

Plumbing (238220)

PSC

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

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)

Timeline

1
Posted
Apr 22, 2026
2
Last Updated
Apr 22, 2026
3
Submission Deadline
Jun 30, 2026, 4:00 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, 90 CONS PK, has issued a Request for Quotes (RFQ) for Fire Suppression System Services at Missile Alert Facilities (MAFs) primarily located at F.E. Warren AFB, WY, and surrounding areas in Colorado and Nebraska. This acquisition is a 100% Small Business Set-Aside. The project involves replacing fire suppression sprinkler heads and pendants and servicing fire suppression alarm systems. Quotes are due by June 30, 2026, at 10:00 AM MDT.

Scope of Work

This opportunity requires the replacement of approximately 1,665 fire suppression sprinkler heads and pendants across 15 MAFs and servicing fire suppression alarm systems at 14 MAFs (excluding MAF H01). Services include conducting field surveys, pressure leak tests, updating software, calibrating gas detectors, replacing batteries, and testing operability of alarm systems. All work must conform to the Performance Work Statement (PWS), which details specific performance standards and metrics, including zero discrepancies for replacements. The period of performance is 180 calendar days from the date of award.

Contract & Timeline

  • Contract Type: Request for Quotes (RFQ) for commercial services.
  • Set-Aside: 100% Small Business Set-Aside.
  • Period of Performance: 180 calendar days.
  • Questions Due: June 9, 2026, at 10:00 AM MDT.
  • Quotes Due: June 30, 2026, at 10:00 AM MDT.
  • Published Date: April 22, 2026.
  • Amendment 01: Incorporates FAR clause 52.211-11, "Liquidated Damages-Supplies, Services, or Research and Development (Sep 2000)," stipulating $843.98 per calendar day for failure to deliver or perform within the specified time.

Evaluation Factors

Award will be based on a Lowest Price Technically Acceptable (LPTA) approach. Evaluation factors include:

  • Technical: Field survey confirmation, adherence to PWS documents, and submission of a Mission Essential Contractor Services Plan.
  • Price: Completion of the CLIN structure with unit and total pricing.
  • Past Performance: Requires a Satisfactory or greater CPARS score.
  • Additional Factors: Offerors must have a Level 2 CMMC score OR NIST SP 800-171 score of 110 completed within the last three years, recorded in SPRS.

Special Requirements & Notes

  • Site Visit: A site visit is scheduled for June 4, 2026, at 09:00 AM MDT. Companies are limited to 3 personnel/subcontractors, requiring driver's license and full social security number submission by May 4, 2026, to Natalie Martinez.
  • Controlled Unclassified Information (CUI): Access to CUI drawings (Attachment 7) requires compliance with CMMC Program security standards (NIST SP 800-171 score of 110 or CMMC Level 2) and submission of Attachment 6 (UNCI) to the contract specialist.
  • Brand Name Justification: Specific brand-name components (Victaulic, Cosilium, Honeywell) are required due to nuclear hardness requirements and proprietary software, as detailed in Attachment 8.
  • Wage Determinations: Applicable wage determinations for Colorado, Nebraska, and Wyoming (Attachments 9-12) must be adhered to.
  • Non-Government Advisors: Offerors must acknowledge or object to the use of non-government advisors (Constellation Software Engineering, LLC and Derivative, LLC) for source selection, as outlined in Attachment 3.
  • Contacts: Primary point of contact is Natalie Martinez (natalie.martinez.6@us.af.mil, 307-773-3893). Secondary contact is Andrea McCurry (andrea.mccurry@us.af.mil, 307-773-3017).

People

Points of Contact

Andrea MccurrySECONDARY

Files

Files

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

Versions

Version 2Viewing
Solicitation
Posted: Apr 22, 2026
Version 1
Solicitation
Posted: Apr 22, 2026
View