Evaluate Fire Suppression Bldg. 126 at the Watervliet Arsenal, Watervliet , NY
ID: W911PT26QA024Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW6QK ACC WVAWATERVLIET, NY, 12189-4050, USA

NAICS

All Other Professional, Scientific, and Technical Services (541990)

PSC

MAINTENANCE OF OTHER UTILITIES (Z1NZ)

Set Aside

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

    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.

    Point(s) of Contact
    Files
    Title
    Posted
    A mandatory site visit for a government opportunity is scheduled for Wednesday, December 17, 2025, at 2:00 PM EST. Attendees must contact Christopher Battiste via email at christopher.k.battiste.civ@army.mil with their name(s) and company at least 24 hours in advance for front gate access. The meeting point is the Visitor Center parking lot. No alternative dates or times will be granted. Safety glasses are required, and safety shoes and other appropriate Personal Protective Items are recommended.
    This government solicitation, W911PT26QA024, is an RFP for a Women-Owned Small Business (WOSB) to evaluate and modify the fire suppression system in Building 126 at the Watervliet Arsenal, NY. The project, valued at $19,500,000.00, requires the removal of existing shelving units and their associated fire suppression zone, bringing the system up to code, and providing stamped engineered drawings. Key requirements include strict adherence to delivery schedules and quality standards, compliance with Watervliet Arsenal's contractor information and safety protocols, and electronic submission of all proposals. The contractor must also comply with various FAR and DFARS clauses, including those related to small business programs and electronic invoicing through Wide Area WorkFlow (WAWF). The period of performance is from January 1, 2026, to March 31, 2026.
    Lifecycle
    Similar Opportunities
    Hangar 3211 Fire Suppression Repair
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the Hangar 3211 Fire Suppression Repair project at Joint Base McGuire-Dix-Lakehurst, New Jersey. This project involves the demolition and removal of the existing High Expansion Foam fire suppression system and fire alarm system, followed by the installation of a new mass notification fire alarm and HEF system, along with related incidental work. The procurement is critical for ensuring the safety and operational readiness of the hangar, which is vital for military operations. The contract is set aside for Service-Disabled Veteran-Owned Small Businesses, with an estimated value between $10 million and $25 million, a performance period of 365 days, and proposals due by February 20, 2026. Interested contractors can contact Kristen Rodgers at kristen.rodgers.2@us.af.mil or Wanda L. Wilson at wanda.wilson.1@us.af.mil for further information.
    Fire Suppressions Systems
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command Mid-Atlantic, is seeking qualified small businesses to provide fire detection and suppression services at Camp Lejeune, North Carolina. The procurement includes the installation and maintenance of various fire alarm systems, including conventional and addressable systems, as well as multiple fire suppression systems such as wet/dry pipe, pre-action, clean agent, and CO2 systems. This initiative is crucial for ensuring safety and compliance with fire protection standards within military facilities. Interested small businesses, particularly those that are 8(a), HUBZone, Service-Disabled Veteran Owned, Women Owned, and Economically Disadvantaged Women Owned, must submit their interest along with their business size, Cage Code, and Unique Entity Identification (UEI) Number via email by 3:00 p.m. on January 22, 2026, as this notice serves as a Sources Sought for market research purposes and is not a request for proposal.
    WET/DRY SUPPRESSION SERVICES
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is soliciting qualified contractors for Wet/Dry Suppression Services at Peterson Space Force Base in Colorado. The contractor will be responsible for inspecting, testing, and maintaining wet and dry chemical 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 contract is crucial for maintaining operational safety and readiness at the facility, with a Firm Fixed Price structure covering a base year and four option years, starting February 17, 2026. Interested small businesses must submit their quotes by January 12, 2026, and can direct inquiries to Stephen Carr at stephen.carr.12@spaceforce.mil or 719-556-4999.
    FIBERGLASS ROVING PER DRAWING FOR WATERVLIET ARSENAL
    Dept Of Defense
    The Department of Defense, specifically the Army's Watervliet Arsenal, is soliciting quotes from Women-Owned Small Businesses (WOSB) for the supply of fiberglass roving, as specified in Drawing 11582988, Rev B, for use in 120MM M256 cannons. The procurement requires a total quantity of 16,323 pounds of fiberglass roving, with delivery scheduled from April to December 2026, and inspection and acceptance will occur at the Watervliet facility in New York. This material is critical for the manufacturing of military ordnance, ensuring the operational readiness and effectiveness of defense systems. Interested vendors must have an active System for Award Management (SAM) registration and a valid DD 2345 form to access the Technical Data Package (TDP), and they should submit their quotes electronically while adhering to specified quality and delivery standards. For further inquiries, potential bidders can contact Giuseppe Tropiano at giuseppe.tropiano.civ@army.mil.
    Fire Suppression System Repair
    Agriculture, Department Of
    The Department of Agriculture, specifically the Agricultural Research Service, is seeking qualified contractors for the repair of a fire suppression system at the Dale Bumpers National Rice Research Center in Stuttgart, Arkansas. The project entails replacing the altitude valve, inspecting an 80,000-gallon water tank, and ensuring all system components are monitored by the fire panel, with a completion timeline of 90 days from the notice to proceed. This procurement is crucial for maintaining safety standards and operational integrity within the facility, emphasizing compliance with various codes and standards. Interested contractors must submit their quotations by January 23, 2026, and are encouraged to attend a site visit scheduled for January 14, 2026, with inquiries directed to Lynn Hults at lynn.hults@usda.gov or by phone at 912-464-9723.
    SCBA Regulator Assembly
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking proposals for the procurement of SCBA Regulator Assemblies through a Combined Synopsis/Solicitation notice. This procurement is set aside for small businesses under the SBA guidelines, emphasizing the importance of fire protection equipment in military operations. The SCBA Regulator Assemblies are critical for ensuring the safety and effectiveness of personnel in hazardous environments. Interested vendors should contact Steven Larue at steven.c.larue.civ@army.mil or call 315-772-5901 for further details regarding the submission process and any additional inquiries.
    Walla Walla Lightning Protection System (LPS) Services
    Dept Of Defense
    The Department of Defense, through the US Army Engineer District Walla Walla, is soliciting proposals for the Walla Walla Lightning Protection System (LPS) Services, aimed at providing inspection, certification, repair, and installation of lightning protection systems. This procurement is specifically set aside for small businesses, with a total contract value of up to $22 million, structured as a hybrid of firm-fixed-price and time-and-materials agreements over a base year and two option years. The services are critical for ensuring the safety and functionality of electrical systems at the Walla Walla District Headquarters, adhering to stringent safety and security requirements. Interested parties should contact Callie Rietfors at callie.rietfors@usace.army.mil or by phone at 509-527-7280 for further details, and must comply with the submission guidelines outlined in the solicitation documents.
    LAK/RND Fire Suppression Maintenance & UV Systems Maintenance Services
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for Fire Suppression Maintenance and UV Systems Maintenance Services at Joint Base San Antonio (JBSA) Lackland and Randolph, Texas. This contract, valued at approximately $12.5 million, encompasses a range of non-personal services including semi-annual maintenance, hydro-static testing, parts replacement, and emergency services, with a performance period from March 2026 to September 2030. The procurement is a total small business set-aside, and the award will be determined using the Lowest Price Technically Acceptable (LPTA) evaluation method. Interested parties must submit their proposals by January 12, 2026, and are encouraged to attend a site visit on January 6, 2026, with prior registration required. For further inquiries, contact Teresa Calavera Sullivan at teresa.calavera@us.af.mil or Emily A. Rodriguez at emily.rodriguez.8@us.af.mil.
    42--EXTINGUISHER,FIRE
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Troop Support, is seeking quotes for the procurement of fire extinguishers, specifically NSN 4210012459850, with a total quantity of 1,168 units required for delivery to DLA Distribution San Joaquin. This solicitation is part of a Combined Synopsis/Solicitation and is set aside for Women-Owned Small Businesses (WOSB), emphasizing the importance of supporting diverse suppliers in the defense sector. Fire extinguishers are critical safety equipment used across various military and civilian applications to ensure fire safety and emergency preparedness. Interested vendors must submit their quotes electronically, as hard copies will not be provided, and any inquiries should be directed to the buyer via the email address provided in the solicitation document. The deadline for quote submission is 22 days after the award date.
    YOSE-INSTALL FIRE SPRINKLERS AT WAQ 4065
    Interior, Department Of The
    The Department of the Interior, National Park Service (NPS), is soliciting quotes for the installation of a Residential Fire Sprinkler System at a residence in Yosemite National Park, specifically WAQ 4065. This procurement is a total small business set-aside, requiring contractors to provide all necessary mobilization, labor, materials, and equipment for the project, which is essential for ensuring compliance with current building codes following damage from winter storms. Proposals must be submitted via email by January 28, 2026, at 12:00 PM PST, with a site visit scheduled for January 21, 2026, at 11:00 AM PST; interested parties can direct inquiries to Brian Roppolo at brianroppolo@nps.gov. The estimated construction magnitude is less than $25,000, and the NAICS code for this opportunity is 238220, with a small business size standard of $19.0 million.