USDB & MWJRCF Fire Inspection/ Hood Cleanings

SOL #: W91QF4-26-Q-A011Combined Synopsis/Solicitation

Overview

Buyer

DEPT OF DEFENSE
Dept Of The Army
W6QM MICC-FT LEAVENWORTH
FORT LEAVENWORTH, KS, 66027-0000, United States

Place of Performance

Fort Leavenworth, KS

NAICS

Facilities Support Services (561210)

PSC

Fire Protection Services (S202)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)

Timeline

1
Posted
Feb 6, 2026
2
Last Updated
Mar 16, 2026
3
Submission Deadline
Mar 10, 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

The Department of the Army, MICC-Fort Leavenworth, has issued an amended combined synopsis/solicitation (RFQ) for Fire Inspection, Fire Suppression System Inspection/Maintenance, and DFAC Hood Cleaning Services at the United States Disciplinary Barracks (USDB) and Midwest Joint Regional Correctional Facility (MWJRCF) in Fort Leavenworth, KS. This is a Total Small Business Set-Aside. Proposals are due March 10, 2026, at 1:00 PM CST.

Scope of Work

The requirement covers comprehensive fire safety services, including:

  • Fire Suppression Systems Inspection: Bi-annual inspections (March and September 2026) for 6 dry chemical ANSUL systems at USDB and 5 at MWJRCF. Inspections occur weekdays between 0800-1600.
  • DFAC Hood Cleanings: Inspection and cleaning services for 6 hoods at USDB and 5 hoods at MWJRCF. This work is scheduled for night hours (2100-0300) between March and April 2026, involving both roof and interior DFAC areas.
  • Fire Extinguisher Inspection/Maintenance: Annual, 6-year, and 5-year services for various types of fire extinguishers at both facilities, also scheduled for March-April 2026.

Contractors must undergo background checks for access to the facilities; individuals with felonies will not be permitted. Coordination with the Contracting Officer's Representative (COR) for equipment and access, and Fire Marshal escorts for inspections, are mandatory.

Contract Details

  • Contract Type: Firm Fixed Price
  • Set-Aside: Total Small Business Set-Aside
  • NAICS Code: 561210 - Facilities Support Services (Size Standard: $47,000,000.00)
  • PSC Code: S202 - Fire Protection Services
  • Period of Performance: Varies by Contract Line Item Number (CLIN), generally between March 2026 and September 2026, with overall completion no later than September 30, 2026.
  • Place of Performance: Fort Leavenworth, KS.

Submission & Evaluation

Award will be made to the Lowest Priced Technically Acceptable (LPTA) proposal, utilizing Simplified Acquisition Procedures. Proposals must cover all items and quantities to be considered responsive. Offerors must be registered in SAM.gov and provide past performance information (up to three awards of similar nature). The U.S. Department of Labor Wage Determination (No. 2015-5105, Rev 27) applies for labor costs.

Key Dates & Contacts

  • Site Visit: Wednesday, February 26, 2026, at 1:30 PM CST at MICC - Fort Leavenworth, Building 338. Allow extra time for Post Visitor's Center processing.
  • Questions Due: NLT Wednesday, March 04, 2026, at 1:30 PM CST.
  • Proposal Due: Tuesday, March 10, 2026, at 1:00 PM CST.
  • Primary Contact: CPT Jazmin Burns, Contract Specialist (jazmin.burns.mil@army.mil, 520-706-2498).

People

Points of Contact

Robert M. ParvinSECONDARY

Files

Files

Download
Download
Download

Versions

Version 3
Combined Synopsis/Solicitation
Posted: Mar 16, 2026
View
Version 2Viewing
Combined Synopsis/Solicitation
Posted: Feb 13, 2026
Version 1
Combined Synopsis/Solicitation
Posted: Feb 6, 2026
View