SCBA Pack, Mask, and Regulator Inspection, Testing & Maintenance
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 MCI-East Cherry Point Satellite Contracting Office is soliciting quotes for the annual inspection, testing, and maintenance of Self-Contained Breathing Apparatus (SCBA) packs, masks, and regulators for the Fire Department at MCAS Cherry Point, NC. This requirement is a Total Small Business Set-Aside.
Scope of Work
This opportunity requires annual on-site inspection, testing, and maintenance of 3M Scott SCBA equipment. Services must be performed by qualified technicians in accordance with NFPA 1852 standards and the detailed Performance Work Statement (PWS). All testing and reports must be completed by September 15, 2026, and annually thereafter.
Contract & Timeline
- Contract Type: Solicitation for a Firm Fixed Price contract.
- Duration: A twelve (12) month base year with three (3) twelve-month option periods.
- Set-Aside: Total Small Business Set-Aside.
- NAICS Code: 811310 (Commercial and Trade Services, except Automotive and Motorcycle Repair) with a size standard of $12,500,000.
- Response Due: April 1, 2026, 04:00 PM Local Time (EDT).
- Published Date: March 19, 2026.
Submission & Evaluation
Quotes must be submitted electronically via email to sierra.c.maye.civ@usmc.mil. The RFQ Number M67001-26-Q-0013 must be included in the subject line. Required submission items include: vendor's ability to perform, firm-fixed price for each line item, FOB Destination pricing, a completed SF1449, completed Representations and Certifications (DFARS 252.204-7017), and at least three (3) relevant past performance references. Evaluation will follow a simplified acquisition procedure and best value process, considering price, technical ability, and past performance.
Additional Notes
Contractors must be registered in the System for Award Management (SAM) and the Wide Area Workflow (WAWF) invoicing system. Contractor personnel will require access to MCAS Cherry Point and must comply with access control systems (DBIDS) and wear appropriate PPE. All questions must be submitted to sierra.c.maye.civ@usmc.mil by April 1, 2026, 4:00 P.M. (EDT); questions received after this deadline will not be addressed.