Sources Sought for Fire Extinguisher Inspection, Maintenance, and Testing Services at Vance Air Force Base, OK
ID: 26-0001Type: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA3029 71 FTW CVCENID, OK, 73705-5037, USA

NAICS

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

PSC

MAINT/REPAIR/REBUILD OF EQUIP- FIRE FIGHTING/RESCUE/SAFETY EQUIP; ENVIRON PROTECT EQUIP/MATLS (J042)

Set Aside

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

    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.

    Files
    Title
    Posted
    The 71st Contracting Flight at Vance Air Force Base is conducting market research through a Sources Sought notice for fire extinguisher inspection, maintenance, repair, testing, and certification services. This is not a solicitation but seeks information from qualified businesses for a potential Blanket Purchase Agreement (BPA), possibly with multiple awards and a small business set-aside. Services must comply with NFPA, OSHA, and DoD standards. Interested parties are requested to submit capabilities statements by January 10, 2026, including company information, business size (NAICS 811310), CAGE Code, Unique Entity ID, relevant experience (especially with federal/DoD contracts), and confirmation of geographic coverage for Vance AFB, OK. Submissions should be emailed to riyadh.saud@us.af.mil with a specific subject line. The government will not cover costs incurred by respondents.
    Similar Opportunities
    Airfield Fire Extinguishers Maintenance and Repair- Fort Rucker
    Dept Of Defense
    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.
    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.
    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.
    Extinguisher, Fire
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Land Warren, is seeking sources for the procurement of fire extinguishers specifically designed for the Armored Multi-Purpose Vehicle (AMPV). The fire extinguishers must meet stringent performance specifications, including compatibility with multiple fire suppression agents, manual actuation capabilities, and resilience under extreme conditions such as rapid decompression and ballistic shock, while also being de-contaminable against CBRN threats. This procurement is critical for ensuring vehicle readiness and safety by effectively managing engine compartment fires. Interested parties should note that this is a sources sought notice and not a request for proposal; for further inquiries, contact Kay Lynn Machacek at kay.machacek@dla.mil.
    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.
    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.
    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.
    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.