Repair Fire Sprinkler System-Facility 128, Vance AFB, Oklahoma

SOL #: XTLF25-1019Combined Synopsis/Solicitation

Overview

Buyer

DEPT OF DEFENSE
Dept Of The Air Force
FA3029 71 FTW CVC
ENID, OK, 73705-5037, United States

Place of Performance

Enid, OK

NAICS

Plumbing, Heating, and Air-Conditioning Contractors (23822)

PSC

Repair Or Alteration Of Other Utilities (Z2NZ)

Set Aside

No set aside specified

Timeline

1
Posted
May 11, 2026
2
Submission Deadline
Jun 18, 2026, 6:00 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

ASRC Federal Gulf State Constructors (AFGSC), as Prime Contractor to the U.S. Government, is soliciting Firm-Fixed-Price (FFP) quotes for the repair and replacement of the fire sprinkler system in Facility 128 at Vance Air Force Base, Oklahoma. This Combined Synopsis/Solicitation is for a project currently unfunded, with award contingent upon funding availability. The soliciting office is FA3029 71 FTW CVC, under the Department of the Air Force. Quotes are due by June 18, 2026, at 1:00 PM CST.

Scope of Work

The project entails the comprehensive removal of the existing fire sprinkler system and the installation of two new wet-pipe fire sprinkler systems in Facility 128, adhering to NFPA 13 standards. Key tasks include:

  • Full demolition of the current system.
  • Installation of new wet-pipe systems, including mains, branch lines, hangers, seismic bracing, and sprinkler heads.
  • Relocation of sprinkler risers to the designated mechanical room.
  • Fire alarm interface work, monitoring valves, flow switches, and device tie-ins.
  • Hydraulic calculations, a new water supply flow test, and installation of a new Fire Department Connection (FDC) and PIV valve.
  • Underground tie-ins, concrete repair, and required thrust blocking.
  • System flushing, acceptance testing, hydrostatic testing, and final inspection.
  • Delivery of as-builts, O&M manuals, warranties, and spare sprinklers. All work must comply with NFPA 13, 24, 72, UFC 3-600-01, and Vance AFB requirements. Contractors must field verify all dimensions and existing conditions.

Contract Details & Timeline

  • Contract Type: Firm-Fixed-Price (FFP). No alternate pricing structures will be accepted.
  • Product Service Code (PSC): Z2NZ (Repair Or Alteration Of Other Utilities).
  • Funding Status: Unfunded; award is dependent on future funding. The solicitation may be canceled at any time.
  • Performance Period: The attached bid form indicates a non-performance period of 100 calendar days, a performance period of 200 days, for a total contract length of 300 days.
  • Set-Aside: None specified.
  • Site Visit: An encouraged, but not mandatory, site visit is scheduled for May 28, 2026, at 10:00 AM CST at 400 Young Rd, Bld 200 Room 224. Attendees must email Betty Kliewer and Shannon Perry 48 hours prior. Vance AFB access requirements apply.
  • Questions Due: June 15, 2026. Questions must be submitted via the attached Q&A Form ONLY.
  • Quote Due: June 18, 2026, 1:00 PM CST. Quotes must remain valid through September 30, 2026.

Submission Requirements

Offerors must submit a complete quotation package via email to betty.kliewer.ctr@us.af.mil, including:

  1. A Firm-Fixed Price Proposal using the attached bid sheet, detailing total cost for all labor, equipment, materials, testing, commissioning, and deliverables.
  2. Technical Submittals: Proposed sprinkler system components (cut sheets, model numbers, listings), confirmation of NFPA 13/24 compliance, and a draft schedule.
  3. Key Personnel Qualifications: Documentation for a NICET III Sprinkler Designer and a qualified installer with documented fire sprinkler experience.
  4. Quote Validity Certification through September 30, 2026.

Evaluation Criteria

This procurement will be awarded using the Lowest Price Technically Acceptable (LPTA) method. Technical acceptability requires conformance with all specifications and drawings, correct licensing, NICET requirements, experience, complete and compliant submittals, ability to meet the schedule, and compliance with NFPA codes and Vance AFB requirements. The award will go to the offer with the lowest evaluated price among technically acceptable offers.

Additional Information

A Wage Determination (Revision No. 18, dated 12/03/2025) for Garfield County, Oklahoma, is provided, outlining minimum hourly wage rates and fringe benefits for service employees, which bidders must consider for labor cost calculations. A Vendor Authorization Request template is also included for becoming an authorized vendor with ASRC Federal.

People

Points of Contact

Files

Files

Download
Download
Download
Download
Download
Download

Versions

Version 1Viewing
Combined Synopsis/Solicitation
Posted: May 11, 2026