Inspection, Testing, and Preventive Maintenance of Fire and Life Safety Systems at Various Washington DC Metro Locations DC
ID: 9594CS25Q0051Type: Solicitation
Overview

Buyer

COURT SERVICES AND OFFENDER SUPERVISION AGENCYCOURT SERVICES AND OFFENDER SUPERVISION AGENCYCOURT SERVICES OFFENDER SUPV AGCYWASHINGTON, DC, 20004, USA

NAICS

Security Systems Services (except Locksmiths) (561621)

PSC

OTHER QC/TEST/INSPECT- FIRE CONTROL EQUIPMENT (H912)

Set Aside

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

    The Court Services and Offender Supervision Agency (CSOSA) is seeking qualified contractors for the inspection, testing, and preventive maintenance of fire and life safety systems at various locations throughout the Washington, DC metropolitan area. The procurement aims to ensure the operational safety and compliance of fire protection systems, fire suppression systems, and fire extinguishers, with services including annual certifications, quarterly inspections, and 24-hour service calls. This initiative is critical for maintaining public safety and regulatory compliance, reflecting the government's commitment to structured procurement processes for essential maintenance services. Interested contractors should contact Kathleen Myers at kathleen.myers@csosa.gov, with the total estimated contract value being $22 million and evaluations based on past performance questionnaires due by May 8, 2025.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines the security form required for temporary contractors working with the Court Services and Offender Supervision Agency (CSOSA) in Washington, D.C. It must be completed by the Contracting Officer (CO) or their representative, gathering essential details such as the contractor's name, position title, and proposed start date. The applicant (contractor) is also required to provide personal information for a background check, including their full name, contact information, citizenship status, and history of employment and criminal activity over the past seven years. The completed form is submitted to the Office of Security, which conducts a background investigation before the contractor can commence work. This form serves as a compliance measure ensuring that personnel meet the necessary security clearance for engagement with CSOSA, reflecting a commitment to maintaining a secure environment in the supervision and management of offenders. The document emphasizes thorough vetting procedures as critical in safeguarding public trust and organizational integrity within government operations.
    The document outlines the Wage Determination under the Service Contract Act by the U.S. Department of Labor, indicating minimum wage rates for various occupations and requirements for federal contractors. Wage Determination No. 2015-4281, revised on December 23, 2024, stipulates rates based on Executive Orders 14026 and 13658, highlighting that contracts initiated or renewed after January 30, 2022, must pay a minimum of $17.75 per hour, while those awarded between January 1, 2015, and January 29, 2022, can pay a lower minimum of $13.30, if renewed post-January 2022. The document specifies applicable states, occupational wage rates, required fringe benefits (health & welfare, vacation, holidays), and regulations for uniform allowance and paid sick leave for federal contractors. A conformance process is detailed for unlisted job classifications, guiding contractors in reporting new job titles to the Wage and Hour Division for approval to ensure compliance with wage standards. This initiative underscores the government's commitment to fair labor practices and the protection of workers’ rights within federal contracts.
    The document outlines the provisions for annual representations and certifications pertinent to federal acquisitions under the NAICS code 561621 for Security Systems Services. It establishes criteria for determining small business eligibility, with a size standard set at $25 million, and includes various specific provisions that must be adhered to depending on the type and value of the contract. The file further details requirements for registrants in the System for Award Management (SAM), stipulating that they must verify their representations and certifications are current. It lists several applicable clauses related to pricing, compliance, and business classifications that require attention from offerors. The purpose of this document is to ensure transparency and compliance in federal procurement processes, particularly for small businesses and entities engaging in federal contracts. The structured breakdown aids in the clarity of obligations for contractors, facilitating adherence to federal regulations and promoting equitable contracting opportunities.
    The Court Services and Offender Supervision Agency (CSOSA) is soliciting proposals for the inspection, testing, and preventative maintenance of fire and life safety systems at various locations in the Washington, DC metropolitan area. The attached Past Performance Questionnaire aims to assess potential contractors by collecting evaluations from past or present clients regarding their performance in delivering these services. Evaluators are asked to provide ratings on a scale of 1 to 6, alongside narrative explanations for lower ratings, encompassing aspects such as contractor responsiveness, quality control, and overall performance metrics. Additionally, the document emphasizes the importance of safeguarding submitted information due to its sensitive nature, and it instructs respondents to complete and return their evaluations by May 8, 2025. This questionnaire is a critical component of the contracting process, ensuring that only qualified vendors are considered for this essential safety service.
    The document outlines a solicitation for fire and life safety system services by the Court Services and Offender Supervision Agency (CSOSA). It specifies requirements for inspection, testing, and maintenance of fire protection systems, suppression systems, and fire extinguishers across various CSOSA locations in Washington, DC. The contract includes a base period and four option periods, with a total estimated value of $22 million. Key services to be provided include annual certifications, quarterly inspections, and 24-hour service calls. Contractors must adhere to National Fire Prevention Association (NFPA) standards and ensure compliance with safety requirements. The document emphasizes the importance of maintaining operational safety and accountability through rigorous reporting and timely service response. Personnel qualifications, security protocols, insurance requirements, and the operational hours are thoroughly detailed. This solicitation reflects the federal government's effort to enhance public safety and regulatory compliance through structured procurement processes for vital maintenance services.
    Similar Opportunities
    Air Station Detroit Fire Suppression System Inspection
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified vendors to provide inspection and testing services for the fire suppression system at Air Station Detroit, located at Selfridge ANGB in Michigan. The procurement involves a request for quotation (RFQ) for commercial services, focusing on the inspection of installed fire alarms and suppression systems in accordance with the attached Statement of Work (SOW). This opportunity is critical for ensuring the safety and operational readiness of fire control equipment, which plays a vital role in emergency response and safety protocols. Interested small businesses must submit their bids through the Unison Marketplace platform, with questions directed to Marketplace Support at marketplacesupport@unisonglobal.com or by calling 877-933-3243. The solicitation emphasizes a total small business set-aside and will utilize an online competitive reverse auction format to enhance vendor participation.
    Court Security Officers Circuit 12 Justification and Approval
    Justice, Department Of
    The Department of Justice, specifically the U.S. Marshals Service, is seeking to procure Court Security Officers (CSOs) for Circuit 12, as outlined in their Justification and Approval notice. The primary responsibility of the CSOs will be to ensure the safety of judicial participants, including judges, court personnel, jurors, witnesses, defendants, and court visitors, by protecting them from unauthorized and potentially life-threatening activities. This procurement is critical for maintaining the integrity and security of the judicial process. Interested parties can reach out to Courtney Middleton at Courtney.Middleton@usdoj.gov or by phone at 703-217-1848 for further details regarding this opportunity.
    Fire Alarm Suppression System Services for USCG Base New Orleans
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified vendors to provide fire alarm suppression system services at the Coast Guard Base in New Orleans, Louisiana. The procurement involves inspections and testing of fire protection systems in compliance with National Fire Protection Association (NFPA) standards, with a contract structured as a firm-fixed price purchase order awarded to the lowest bidder. This opportunity is set aside for small businesses and includes a one-year base period from January 1, 2026, to December 31, 2026, with four additional one-year option periods extending through December 31, 2030. Interested contractors must submit their quotes to Joel Ivy at joel.s.ivy@uscg.mil, ensuring they are registered in SAM.gov and comply with applicable wage determinations and federal regulations.
    CGC STURGEON BAY WATER MIST FIRE SUPRESSION TESTING WITH UPDATE SOW
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified small businesses to provide services for the Hi-Fog Water Mist Fire Suppression System on the USCGC Sturgeon Bay, located in Bayonne, New Jersey. The contractor will be responsible for conducting a 5-year and annual inspection, renewing 29 bottles, and ensuring the system operates correctly, which includes setting up, testing, and returning the system to normal operation. This procurement is crucial for maintaining the safety and operational readiness of the vessel's fire suppression capabilities. Interested vendors must submit their quotations by 0800 Pacific Time on December 29, 2025, with the performance period scheduled from December 22 to December 29, 2025. For further inquiries, contact Donna O'Neal at Donna.J.O'Neal@uscg.mil or Ulises Balmaceda at Ulises.O.Balmaceda@uscg.mil.
    WET/DRY SUPPRESSION SERVICES
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors to provide wet and dry suppression services at Peterson Space Force Base (SFB) in Colorado. The contractor will be responsible for inspecting, testing, and maintaining fire suppression systems, ensuring compliance with federal, state, and local regulations, as well as various safety standards outlined in the Performance Work Statement (PWS). This procurement is critical for maintaining fire safety and compliance at the base, with a contract structured as a Firm Fixed Price (FFP) for a base year and four option years, plus a potential six-month extension. Interested small businesses must submit their quotes by January 5, 2026, and direct any questions to the primary contact, Stephen Carr, at stephen.carr.12@spaceforce.mil or 719-556-4999.
    Government Publishing Office FY26 Equipment Inspection
    United States Government Publishing Office
    The United States Government Publishing Office (GPO) is seeking a NETA-certified contractor for the inspection, testing, and repair of electrical breakers and protective relays at its Washington, D.C. campus, which spans 1.5 million square feet. The contractor will be responsible for periodic testing of critical electrical equipment in accordance with NETA MTS 2023 standards, ensuring safe operations and compliance with safety regulations, including NFPA and OSHA requirements. This procurement is crucial for maintaining the reliability of electrical systems and protecting personnel, with work expected to be completed within 14 weeks from the award date. Proposals are due by December 31, 2025, at 5 PM EST, and interested parties should contact Michael McKenzie at mrmckenzie@gpo.gov or Troy D. White at twhite@gpo.gov for further information.
    Live Fire Service
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking small business contractors to provide live fire service inspections and maintenance for Structural Fire Training Facilities (SFTF) and Aircraft Fire Training Facilities (AFTF) at Joint Base San Antonio (JBSA). The procurement requires contractors to conduct annual and semi-annual inspections, ensure compliance with relevant safety standards, and perform general maintenance and repairs, including environmental compliance and safety measures. This opportunity is crucial for maintaining the operational readiness and safety of fire training facilities, which are essential for training personnel in emergency response. Interested small businesses must submit their responses by December 22, 2025, at 3:00 PM Central Time, and can direct inquiries to Laura Herring at laura.herring.2@us.af.mil or Brent Paul at brent.paul.1@us.af.mil.
    H--SACN FIRE SYSTEM INSPECTIONS
    Interior, Department Of The
    The Department of the Interior, specifically the National Park Service's Midwest Region, is seeking a vendor for fire system inspections and repairs at the SACN site. The procurement aims to secure a sole source contract for a vendor with extensive experience and familiarity with SACN's fire systems, components, and infrastructure, which has been established over the past 3-5 years. This opportunity is critical for ensuring the safety and compliance of fire detection and alarm systems, as the selected vendor is the only local company capable of providing both fire system and fire extinguisher inspections, allowing for streamlined service. Interested parties can reach out to Joseph Bac at josephbac@nps.gov or call 402-800-8733 for further details regarding this procurement.
    Upgrade Fire Detection System at FCI Phoenix
    Justice, Department Of
    The Department of Justice, through the Federal Bureau of Prisons, is soliciting bids for the upgrade of the fire detection system at the Federal Correctional Institution (FCI) in Phoenix, Arizona. The project involves the installation of a new addressable fire alarm system across all buildings, including the integration of monitoring and control workstations, fiber optic network expansion, and compliance with safety and hazardous material protocols. This upgrade is critical for ensuring the safety and security of the correctional facility, with an estimated contract value between $5 million and $10 million. Interested small businesses must submit their bids electronically by December 30, 2025, and can contact Alex Jackson at a4jackson@bop.gov for further information.
    Evaluate Fire Suppression Bldg. 126 at the Watervliet Arsenal, Watervliet , NY
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting proposals from qualified contractors to evaluate and modify the fire suppression system in Building 126 at the Watervliet Arsenal in New York. The project, valued at $19,500,000, involves the removal of existing shelving units, updating the fire suppression system to meet current codes, and providing stamped engineered drawings. This procurement is critical for ensuring the safety and compliance of the facility's fire suppression capabilities. Interested small businesses, particularly Women-Owned Small Businesses (WOSB), must submit their proposals electronically and adhere to various federal regulations, with the period of performance set from January 1, 2026, to March 31, 2026. A mandatory site visit is scheduled for December 17, 2025, and interested parties should contact Christopher Battiste at christopher.k.battiste.civ@army.mil for access arrangements.