Sources Sought - Fire Suppression Maintenance Services
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 375th Contracting Squadron (375 CONS) is conducting market research to identify potential sources for Fire Suppression Maintenance Services at Scott Air Force Base, IL. This is a Sources Sought notice, designated as a Total Small Business Set-Aside, seeking information from qualified vendors. Responses are due by May 12, 2026, at 5:00 PM CST.
Scope of Work
The requirement is for non-personal services covering the maintenance, hydrostatic testing, and replacement of parts for wet chemical fire extinguishing systems. Services include semi-annual and/or annual maintenance for 42 systems across 30 buildings, hydrostatic testing of cylinders, and replacement of fusible links and essential parts (e.g., nozzles, CO charging cylinders, micro switches, batteries). Systems covered include Ansul R-102, Pyro Chem, Accurex, and Guardian III. All work must comply with NFPA 17A, 2024 Edition.
Performance Standards & Requirements
Contractors must be certified to perform maintenance on Ansul, Pyro Chem, and Guardian III systems. Service dates and times require coordination with the appropriate agency at least 5 duty days in advance, with no work on federal holidays. A report on maintenance and system discrepancies must be provided to Fire Prevention personnel within 15 business days, along with a detailed receipt upon completion of work.
Special Requirements
Contractors must obtain prior approval from the Contracting Officer for Time and Material (T&M) CLINs, including detailed quotes. Contractor and subcontractor personnel must consent to LEADS background checks, require identification badges, and comply with all local, state, and federal regulations for vehicles. Personnel will be assigned a mission essential designation for installation access and must safeguard government-owned equipment. Non-disclosure agreements and adherence to the Privacy Act are required. Additional requirements include AT Level I Training, PIV compliance, Eagle Eyes training, DOD information assurance awareness training, and potential OPSEC Practitioner requirements.
Contract & Timeline
- Type: Sources Sought (Market Research)
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
- Response Due: May 12, 2026, 5:00 PM CST
- Published: May 1, 2026
Submission Requirements
Interested businesses should submit responses via email to SSgt Kevin Landa (kevin.landa@us.af.mil) and Brandon Katka (brandon.katka@us.af.mil). Responses must include:
- Business name and address
- Name of company representative, business title, and email
- CAGE Code
- DUNS Number
- A brief capabilities statement demonstrating the ability to perform the work as described in the PWS.
Additional Notes
This is for informational purposes only and is not a Request for Proposal. It does not constitute a solicitation or commitment by the Government. Responses are voluntary, and no funds are available for preparation.