Airfield Fire Extinguishers Maintenance and Repair- Fort Rucker
ID: W9124G26XFIREType: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW6QM MICC-FT RUCKERFORT RUCKER, AL, 36362, USA

NAICS

Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance (811310)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- FIRE CONTROL EQUIPMENT (J012)

Set Aside

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

    The Department of Defense, through the Mission Installation Contracting Command at Fort Rucker, Alabama, is seeking small businesses to provide maintenance and repair services for fire extinguishers used by the 110th Aviation Brigade. The contract, which is a Firm-Fixed Price (FFP) arrangement set aside for small businesses under NAICS code 811310, involves comprehensive services including annual inspections, hydrostatic testing, corrective maintenance, and life cycle replacement of fire extinguishers, all in compliance with NFPA10 and relevant regulations. This opportunity is critical for ensuring the safety and operational readiness of fire control equipment at the installation. Interested vendors must confirm their capability to perform the required services by 12:00 PM CST on January 27, 2026, and can reach out to Jeanellia S. Payne at jeanellia.s.payne.civ@army.mil for further information.

    Point(s) of Contact
    Files
    Title
    Posted
    This Statement of Work outlines requirements for the maintenance, servicing, and annual life cycle replacement of 50- and 125/150-pound wheeled fire extinguishers at Fort Rucker, Alabama. The contractor must provide all necessary tools, supplies, equipment, and labor, conducting 6- and 12-year hydrostatic testing off-site and annual inspections on-site within the first 90 days of the performance period. Services include corrective maintenance, recharging, labeling, hydrostatic testing, and annual inspections, all in accordance with NFPA10 and manufacturer specifications. The contractor is responsible for annual life cycle replacement of failed extinguishers. Comprehensive reports of all maintenance and servicing, including conditions found, repairs, recharging, and replacement parts, must be submitted to the government representative. The contractor must comply with all federal, state, and local environmental protection regulations regarding hazardous materials. Special qualifications and training are the contractor's responsibility, and employees must meet specific identification, security, and access requirements, including Common Access Card (CAC) or NCIC-III/TSDB checks, AT Level I awareness, iWATCH, and OPSEC training. Contractor personnel and vehicles must display identification, and all operations must adhere to OSHA, EPA, and federal regulatory standards. Travel costs are the contractor's responsibility, and all manpower must be reported via the Contractor Manpower Reporting Application.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Sources Sought for Fire Extinguisher Inspection, Maintenance, and Testing Services at Vance Air Force Base, OK
    Dept Of Defense
    The Department of Defense, through the 71st Contracting Flight at Vance Air Force Base, is conducting a Sources Sought notice to identify qualified businesses for fire extinguisher inspection, maintenance, repair, testing, and certification services. The anticipated procurement aims to establish a Blanket Purchase Agreement (BPA) for these non-personal services, which must comply with National Fire Protection Association (NFPA), Occupational Safety and Health Administration (OSHA), and Department of Defense (DoD) standards. This opportunity is particularly important for ensuring the safety and compliance of fire suppression systems at the installation. Interested parties are invited to submit capabilities statements by 4:00 PM CST on January 10, 2026, to Riyadh Saud at riyadh.saud@us.af.mil, with the subject line “Sources Sought Response: Fire Extinguisher Services at Vance AFB.” The government will not reimburse any costs incurred in response to this notice.
    FIRE TRUCK MAINTENANCE
    Dept Of Defense
    The Department of Defense, specifically the Army's Mission and Installation Contracting Command at Fort Belvoir, is seeking responses from qualified small businesses for fire truck maintenance services at Joint Base Myer-Henderson Hall (JBMHH). The procurement involves providing comprehensive maintenance, including annual preventive services, warranty repairs, and technical support for various fire emergency vehicles, particularly those manufactured by Pierce Manufacturing, Inc. This contract will be structured as a Firm-Fixed Price Blanket Purchase Agreement with a base year and four option years, emphasizing the importance of adhering to federal standards and maintaining qualified personnel. Interested contractors must submit their responses by September 5, 2025, at 12:00 p.m. Eastern Time, to the primary contacts, Donald Randles and Denese Y. Henson, via email.
    1290--Fire Extinguisher Annual Inspection/6yr. Maintenance Service For Veterans Affairs Pacific Island Health Care System
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, through Network Contracting Office 21, is seeking proposals for fire extinguisher annual inspection and six-year maintenance services for the Veterans Affairs Pacific Islands Health Care System. This procurement is a 100% small business set-aside under NAICS code 811310, which pertains to Commercial and Industrial Machinery and Equipment Repair and Maintenance, with a small business size standard of $12.5 million. The services are crucial for ensuring the safety and compliance of fire control equipment within the healthcare system. Interested vendors should monitor sam.gov for the forthcoming solicitation, which is expected to be released soon, with a response deadline set for January 9, 2026, at 10 AM Pacific Time. For further inquiries, vendors may contact Contracting Officer Lydia Anderson at Lydia.anderson@va.gov.
    Fire Extinguisher
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Land Warren, is soliciting offers for a firm-fixed-price, three-year Indefinite Delivery Indefinite Quantity (IDIQ) contract for fire extinguishers (NSN 4210-01-677-2080) to support Joint Light Tactical Vehicle (JLTV) units. The contract requires a total quantity of up to 281 units, with a guaranteed minimum of 14 units, and emphasizes that offers must be for the entire quantity across the contract's duration. This procurement is critical for ensuring the safety and operational readiness of military vehicles, highlighting the importance of reliable fire-fighting equipment. Interested contractors must submit their proposals electronically by January 15, 2026, at 3:00 PM local time, and can contact Stephen Granch at Stephen.Granch@dla.mil or (385) 591-0902 for further information.
    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.
    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.
    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.
    Extinguisher, Fire, A
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Oklahoma City, OK, is seeking procurement for fire extinguishers classified under the PSC code 1680, which pertains to miscellaneous aircraft accessories and components. This opportunity involves the justification for acquiring these critical safety items, which are essential for maintaining operational safety and compliance within military aviation environments. Interested vendors can reach out to Chris Lally at 405-855-3529 or via email at christopher.lally.1@us.af.mil for further details regarding the procurement process. Specific funding amounts and deadlines have not been disclosed in the available information.
    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 focus on ensuring safety and regulatory compliance across multiple facilities. This contract is a total small business set-aside, featuring a one-year base period from January 1, 2026, to December 31, 2026, followed by four one-year option periods, extending through December 31, 2030. Interested contractors must submit their quotes to Joel Ivy at Joel.S.Ivy@uscg.mil by the specified deadline and ensure they are registered in SAM.gov. Additionally, contractors should review the performance work statement and consider a site visit for accurate assessments of existing conditions.
    50 CES Burn Tower Maintenance Re-acquisition
    Dept Of Defense
    The Department of Defense, through the 50th Contracting Squadron, is seeking a qualified contractor for the maintenance and inspection of the Fire Department Burn House and associated firefighting training props at Schriever Space Force Base in Colorado. The contractor will be responsible for providing all necessary labor, materials, and equipment to ensure compliance with National Fire Protection Association standards and manufacturers’ specifications, including structural integrity inspections, annual maintenance, and emergency repairs. This contract is a total small business set-aside under NAICS code 811310, with a firm-fixed-price award anticipated for the lowest-priced, technically acceptable offeror. Quotes are due by January 9, 2026, and questions must be submitted by December 29, 2025; interested parties should contact Danielle Hunziker at danielle.hunziker@spaceforce.mil or David Anderson at david.anderson.182@spaceforce.mil for further information.