US COAST GUARD BASE LOS ANGELES LONG BEACH INTENTION TO AWARD SOLE SOURCE TO SMALL, DISADVANTAGED BUSINESS FOR FIRE SYSTEM INSPECTIONS
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 U.S. Coast Guard (USCG) intends to award a sole-source, firm-fixed-price contract to Cass Fire Protection LLC for the inspection, testing, and certification of fire alarm and suppression systems at Base Los Angeles Long Beach. This action is being conducted under the authority of FAR 6.302-2, citing unusual and compelling urgency to ensure safety and legal compliance before funding expires.
Scope of Work
The contractor will provide a comprehensive, end-to-end functional test and inspection of all fire alarm, detection, and suppression systems across the base. Key requirements include:
- Direct coordination with the Los Angeles Fire Department (LAFD) as mandated by California State Law.
- Full certification of systems for the 2026 operational year.
- Immediate commencement of work to ensure completion before the expiration of the current Continuing Resolution (CR).
Contract & Timeline
- Type: Fixed Price Service (Sole Source)
- Estimated Value: $99,900.00
- Set-Aside: Total Small Business Set-Aside
- Response Date: February 3, 2026
- Critical Deadline: Award and fund obligation must occur by January 31, 2026, to avoid the loss of funds and safety lapses.
Justification for Sole Source
The USCG determined that Cass Fire Protection LLC is the only source capable of meeting the requirement within the compressed timeframe. The vendor possesses unique, in-depth knowledge of the base's fire system architecture and has an established working relationship with the LAFD. A standard competitive process would introduce unacceptable delays, exposing the government to legal risk and safety hazards.
Additional Notes
This is a one-time urgent requirement. The agency intends to overcome barriers to competition for future routine maintenance by initiating procurement planning earlier to allow for full and open competition.