RFI - DLA Enterprise Fire Protection Control System
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 Defense Logistics Agency (DLA) is conducting market research through this Request for Information (RFI) to identify sources capable of providing an Enterprise Fire Protection Control System (FPCS). This RFI aims to gather information on system capabilities and requirements for an enterprise approach to fire and life safety systems across DLA facilities. The DLA intends to award a firm fixed-price Indefinite Delivery Indefinite Quantity (IDIQ) contract with multiple Task Orders. Responses are due May 5, 2026.
Purpose & Scope
This RFI supports market research for DLA Installation Management (DM) and DLA Information Operations (J6) to identify vendors for an Enterprise FPCS. The system encompasses a wide array of fire and life safety systems, including control systems, operational technology (OT), and information technology (IT) components, ensuring proper function and DoD-required cybersecurity measures. The scope includes project management, site assessments, operations, maintenance, sustainment, restoration, modifications, modernization, and support for OT/IT and cybersecurity, as detailed in the Draft Performance Work Statement.
Contract Details
- Opportunity Type: Sources Sought / Request for Information (RFI)
- Anticipated Contract Type: Firm Fixed-Price Indefinite Delivery Indefinite Quantity (IDIQ) with individual Task Orders.
- Period of Performance (Anticipated): Base period of 12 months, plus four 12-month option periods.
- Place of Performance: DLA Headquarters (Ft. Belvoir, VA), four DLA host sites (Defense Supply Center Richmond, VA; Defense Distribution Center Susquehanna, PA; Defense Supply Center Columbus, OH; Defense Distribution Depot San Joaquin, CA), and other CONUS tenant sites. Travel may be required.
- Product Service Code: J063 - Maintenance, Repair And Rebuilding Of Equipment: Alarm, Signal, And Security Detection Systems.
- Set-Aside: None specified (market research stage).
Key Requirements & Attachments
Respondents are requested to clearly delineate their capabilities, identifying requirements they can fulfill directly as a prime contractor, those they cannot fulfill, and those that would be fulfilled through subcontracting or teaming partnerships. Key attachments include:
- Draft Performance Work Statement (PWS): Outlines requirements, performance standards, and special requirements (safety, cybersecurity, personnel qualifications).
- Acronym Glossary: Essential for understanding technical terms.
- Service Call Work Authorization: Details the process for authorizing and documenting repair work.
- Purdue Level Information: Provides an overview of DLA/DISA IT/OT infrastructure zones and levels.
- Non-Disclosure Agreement (NDA): Mandatory for personnel supporting the contract, outlining handling of nonpublic information.
Response & Evaluation
This RFI is for information and planning purposes only and does not constitute a solicitation or promise of a contract award. Responses will assist the Government in determining interest, competition levels, market maturity, and technical capabilities within the Large and Small Business Communities. Responses are not offers and will not be returned or paid for.
Response Deadline
Responses are due by May 5, 2026, 7:00 PM ET.
Contact Information
- Primary: Becky Hard (Becky.Hard@dla.mil, 6149811791)
- Secondary: Ivan Badillo (ivan.badillo@dla.mil, 6146930052)