50 CES Burn Tower Maintenance Re-acquisition
ID: FA255026Q0003Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA2550 50 CONS PKPSCHRIEVER SFB, CO, 80912-2116, USA

NAICS

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

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- SPECIAL INDUSTRY MACHINERY (J036)

Set Aside

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

    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.

    Files
    Title
    Posted
    This Combined Synopsis/Solicitation (FA255026Q0003) is a Request for Quotation (RFQ) for Burn Tower Maintenance at Schriever SFB, Colorado. The 50th Contracting Squadron seeks a total small business to provide structural integrity inspections, annual maintenance, repairs, parts, and prop upgrades for the Base Fire Department Burn House/Training Tower from FY26 to FY30. Quotes are due by January 16, 2026, 12:00 PM MDT, and questions must be submitted by December 29, 2025, 1:00 PM MT. The contract will be a firm-fixed-price award to the lowest-priced, technically acceptable offeror. Technical documentation is limited to 10 pages, and offerors must have an active System for Award Management (SAM) account. Evaluation factors include price and technical acceptability, with the government reserving the right to make an award without discussions. The solicitation incorporates various FAR and DFARS clauses, including those related to small business set-asides, labor standards, and safeguarding covered defense information.
    This government Statement of Work (SOW) outlines the requirements for a contractor to provide inspection, maintenance, and repair services for a Fire Department Burn House and various firefighting training props at Schriever SFB (SSFB). The services include annual inspections, general maintenance of combustion, electrical, smoke, ventilation, fireplace, burn room, and gas detection equipment, and structural evaluations by a licensed professional engineer. The contractor is also responsible for maintaining gas-fired and non-gas-fired training props, performing emergency repairs up to four times annually, and offering 24/7 technical phone support. The SOW emphasizes adherence to NFPA 1403 standards and manufacturer specifications. Additionally, it details requirements for a Quality Program Plan, government quality assurance, and strict security protocols for contractor personnel and vehicles on the SSFB, including National Agency Checks (NAC) for unescorted access.
    This document is a wage determination for service contracts in El Paso and Teller Counties, Colorado, issued by the U.S. Department of Labor. It lists various occupations, from administrative support to technical roles, with corresponding hourly wage rates. The determination also outlines fringe benefits, including health and welfare at $5.55 per hour (or $5.09 under EO 13706 for paid sick leave), vacation accrual based on years of service (2 to 5 weeks), and eleven paid holidays. Special conditions apply to computer employees, air traffic controllers, and weather observers, with specific exemptions and night/Sunday differentials. Hazardous pay differentials (4% or 8%) are detailed for work with ordnance, and uniform allowance policies are provided. The document concludes with the conformance process for unlisted occupations, emphasizing proper classification and wage rate determination through Standard Form 1444.
    This government file outlines a contract for burn tower maintenance services spanning five years, from January 19, 2026, to January 18, 2031. The contract is divided into five annual line items, each for a quantity of one
    The document,
    The Space Force's 50th Contracting Squadron issued an RFQ (FA255026Q0003) for Burn Tower Maintenance services at Schriever SFB, Colorado. This is a total small business set-aside under NAICS code 811310. The contract is for a single, annual inspection and maintenance visit to the Base Fire Department Burn House/Training Tower, with options for up to four additional years. Quotes are due by January 9, 2026, 12:00 PM MDT, and questions must be submitted by December 29, 2025, 1:00 PM MT. The government intends to award a firm-fixed-price contract to the lowest-priced, technically acceptable offer, with evaluation based on price and technical acceptability. Offerors must provide quotes via email, including a price schedule and technical documentation not exceeding 10 pages, and must have an active System for Award Management (SAM) account.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    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.
    Schriever SFB Hoods and Ducts Cleaning Services
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for Hoods and Ducts Cleaning Services at Schriever Space Force Base in Colorado Springs, Colorado. The contract, identified by solicitation number FA255026R0002, requires comprehensive cleaning and inspection services for various exhaust systems in designated buildings, adhering to NFPA 96 and other regulatory standards, with a performance period from February 1, 2026, to January 31, 2031. This opportunity is a total small business set-aside, emphasizing the importance of maintaining safety and compliance in military facilities. Interested vendors must submit their proposals by January 21, 2026, and can direct inquiries to Kade Allen or Marion Shinholster via the provided email addresses.
    PSFB Hood & Duct Maintenance
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is seeking a contractor to provide hood and duct maintenance services at Peterson Space Force Base (PSFB) in Colorado. The contractor will be responsible for the inspection, cleaning, and removal of dirt, grease, and paint from hood and duct systems on a quarterly and semiannual basis, adhering to all relevant federal, state, and local regulations, including safety and environmental standards. This opportunity is a total small business set-aside under NAICS code 561790, with a contract structure that includes a base year, four option years, and a potential six-month extension. Interested parties must submit their quotes by January 22, 2026, and direct any questions to Tiffany Harley at tiffany.harley.2@spaceforce.mil or Theresa Green at theresa.green.7@spaceforce.mil by January 8, 2026.
    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.
    Repair Fire Hydrants
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the repair of fire hydrants at Shaw Air Force Base in South Carolina. The project involves the replacement of 29 fire hydrants, some of which require isolation valves and asbestos management, with a total construction magnitude estimated between $250,000 and $500,000. This procurement is a 100% Small Business set-aside under NAICS code 236220, emphasizing the importance of maintaining operational fire safety infrastructure. Bids are due by January 30, 2026, at 9:00 A.M. EST, with a public bid opening scheduled for the same day at 1:00 P.M. Interested contractors should direct inquiries to SSgt Braulio Ramirez Galvan or SrA Tariq Ellis via email.
    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.
    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.
    Commercial Lodging BPA - Peterson SFB
    Dept Of Defense
    The Department of Defense, through the 21st Contracting Squadron, is seeking qualified small businesses to provide commercial lodging services under a Blanket Purchase Agreement (BPA) for personnel stationed at Peterson Space Force Base in Colorado. The contractor will be responsible for supplying single and double occupancy hotel or motel rooms within ten miles of the base, ensuring compliance with specified performance standards, including security, cleanliness, and accessibility. This procurement is vital for accommodating military personnel, particularly Air Reserve Airmen, during their assignments, with the BPA set to remain open for responses until November 25, 2029. Interested vendors should contact Tiffany Harley at tiffany.harley.2@spaceforce.mil or Joseph Willard at joseph.willard@us.af.mil for further details.
    Catholic Priest Services
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors to provide Catholic Priest Services at Space Base Delta 1 (SBD 1) in Colorado Springs, Colorado. The contractor will be responsible for presiding over Catholic liturgical activities, managing programs, and providing pastoral care for the Catholic community, as outlined in the Performance Work Statement (PWS). This opportunity is a total small business set-aside under NAICS code 813110, with a contract structure that includes a base year, four option years, and a six-month extension. Interested offerors must submit their quotations by January 31, 2026, and direct any inquiries to Nicole Harden at nicole.harden.1@spaceforce.mil or Samuel Souil at samuel.souil@spaceforce.mil.
    Power Independence, Mission Control Station (PIMCS), Buckley Space Force Base (SFB), Colorado (CO)
    Dept Of Defense
    The Department of Defense, through the Department of the Army, is soliciting proposals for the Power Independence, Mission Control Station (PIMCS) project at Buckley Space Force Base in Colorado. This procurement aims to update provisions and clauses, revise wage determinations, and extend the proposal submission deadline to February 6, 2026, at 1400 Central Time. The project falls under the NAICS code 237130, focusing on the construction of power and communication line structures, which are critical for ensuring operational efficiency and reliability at military installations. Interested contractors can reach out to Scott Dwyer at Scott.Dwyer@usace.army.mil or Brittany Gull at brittany.c.gull@usace.army.mil for further information regarding the solicitation.