Fire Suppression Systems Maintenance Services for Joint Base San Antonio Fort Sam Houston
ID: FA301626R0003Type: Presolicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA3016 502 CONS CLJBSA LACKLAND, TX, 78236-5286, 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 Department of the Air Force, is soliciting proposals for Fire Suppression Systems Maintenance Services at Joint Base San Antonio Fort Sam Houston. The contractor will be responsible for the inspection, testing, maintenance, and repair of fire suppression systems across multiple facilities, ensuring compliance with manufacturer specifications and NFPA standards. This contract is critical for maintaining safety and operational readiness, with an estimated total value of $12.5 million over a five-year period, from January 2026 to December 2030. Interested small businesses must submit their proposals by December 8, 2025, and can direct inquiries to Chad Olson at chad.olson.4@us.af.mil or Emily A. Rodriguez at emily.rodriguez.8@us.af.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    This Performance Work Statement outlines the requirements for maintaining fire suppression systems at Joint Base San Antonio (JBSA) – Fort Sam Houston (FSH), Camp Bullis (CB), and San Antonio Military Medical Center (SAMMC). The contractor is responsible for inspection, testing, recharging, maintenance, and repair of all fire suppression systems, including fixed, Halon 1301, and clean agent systems, adhering to manufacturer specifications and NFPA standards. Key services include semiannual maintenance, hydrostatic testing, and emergency services with a three-hour response time. The contractor must be Texas-licensed, provide itemized repair estimates, and submit various reports and schedules to the COR. Strict quality control, safety, environmental regulations (including HAZMAT procedures), and security requirements, such as criminal background checks and base entry protocols, are mandatory. The document also lists specific dry/wet chemical and specialized fire suppression systems across the facilities.
    This document, Wage Determination No.: 2015-5253, outlines the minimum wage rates and fringe benefits for service contract employees in specific Texas counties (Atascosa, Bandera, Bexar, Comal, Guadalupe, Kendall, Medina, Wilson). It specifies minimum hourly wages based on Executive Orders 14026 ($17.75 for contracts on or after January 30, 2022, or renewed/extended) and 13658 ($13.30 for contracts awarded between January 1, 2015, and January 29, 2022, and not renewed/extended). The document details health and welfare benefits, including a higher rate for contracts covered by EO 13706 for paid sick leave, vacation accrual, and eleven paid holidays. It also includes special provisions for computer employees, air traffic controllers, weather observers, hazardous pay differentials, and uniform allowances. A conformance process for unlisted occupations is also described.
    The document addresses questions and answers regarding fire suppression systems maintenance services for Joint Base San Antonio Fort Sam Houston, under Solicitation FA301626R0003. Key points clarified include inspection schedules, with annual inspections historically in October, but the most recent completed in December 2025 due to a government shutdown. Semi-annual inspections were historically in April and October, with the most recent in December 2025 and the next in June 2026. The requirement for Halon 1301 systems remains annual testing and maintenance, despite NFPA recommending semi-annual. Hydrostatic testing frequency varies by cylinder. Previous inspection reports are not releasable due to proprietary formats. The Ansul system will be tested in November/December 2025, and the Clean Agent System in December 2025. Kitchen hood cleaning is excluded from the contract. CLIN 0X03 is a government-populated Not-to-Exceed amount that vendors are not required to price.
    This document addresses a question and answer regarding Solicitation FA301626R0003 Amendment 0001 for Fire Suppression Systems Maintenance Services at Joint Base San Antonio Fort Sam Houston. The specific question from a potential offeror concerned the quantity of fusible links on each system, as previous inspection reports were not provided, which is crucial for fair and reasonable pricing. The government's response stated there are an ESTIMATED 217 links per inspection, conducted semi-annually. This interaction highlights a common issue in government RFPs where offerors seek clarification on technical specifications to accurately bid on services, and the government provides essential details to facilitate proposal submissions.
    This government solicitation, FA301626R0003, is for Women-Owned Small Businesses (WOSB) and focuses on providing FSH Fire Suppression System Maintenance Services. The request outlines a firm-fixed-price contract covering semi-annual and annual maintenance inspections, replacement/repair parts, recharging costs, unscheduled service calls, and hydrostatic testing. The contract spans from January 2026 to December 2030, with specific quantities for each service type per year. The document specifies detailed inspection and acceptance locations at Fort Sam Houston, TX, with Sandra Breaux as the point of contact. It also includes comprehensive FAR and DFARS clauses, particularly emphasizing electronic invoicing via the Wide Area WorkFlow (WAWF) system for payment requests and receiving reports. The total estimated award amount is USD 12,500,000.00.
    This government file, Amendment of Solicitation/Modification of Contract number FA301626R00030001, primarily extends the offer due date for a solicitation. The original due date of December 4, 2025, has been extended to December 8, 2025, at 10:00 AM CST. The document details the procedures for acknowledging amendments by offerors, emphasizing that failure to do so before the specified time may result in rejection of their offer. It also outlines methods for modifying already submitted offers. Additionally, the file specifies procedures for contract modifications, including administrative changes and other types of modifications, and indicates whether a contractor's signature is required. This amendment ensures all parties are aware of the revised timeline and proper communication protocols for the solicitation.
    Similar Opportunities
    Edwards AFB Fire Suppression Maintenance 2026
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the Fire Suppression Maintenance contract at Edwards Air Force Base (AFB) for the year 2026. This contract encompasses the testing, maintenance, and repair of the pre-action fire suppression system at the Benefield Anechoic Facility, Building 1030, ensuring compliance with NFPA and UFC standards, with a total potential contract value of approximately $19.5 million over a five-year period. The procurement includes specific recurring tasks across multiple quadrants, with contractors required to utilize boom lifts for high-ceiling inspections and adhere to various federal regulations and standards. Interested vendors must submit their quotes by December 15, 2025, and are encouraged to attend a site visit on November 24, 2025, with prior registration required. For further inquiries, contact Jamil Minosa at jamil.minosa.2@us.af.mil or Abel Alcantar at abel.alcantar.1@us.af.mil.
    FIRE TRUCK MAINTENANCE
    Buyer not available
    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.
    Hangar 3211 Fire Suppression Repair
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors for the Hangar 3211 Fire Suppression Repair project at Joint Base McGuire-Dix-Lakehurst in New Jersey. This project involves the demolition and removal of an 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 project is critical for ensuring the safety and operational readiness of the hangar, and it will be conducted in an occupied building, requiring careful coordination to minimize disruption. Interested parties, particularly Service-Disabled Veteran-Owned Small Businesses, should contact Kristen Rodgers at kristen.rodgers.1@us.af.mil or 609-754-4690 for further details.
    Fall Protection Certification Services
    Buyer not available
    The Department of Defense, through the Air Force Test Center, is seeking proposals for Fall Protection Certification Services at Edwards Air Force Base, California. The contract requires comprehensive services including inspection, certification, and training for fall protection systems, with a focus on ensuring compliance with safety standards and regulations. This procurement is particularly significant as it supports the safety protocols necessary for operations at the base, emphasizing the importance of maintaining high safety standards in potentially hazardous environments. The estimated total award amount is $11,500,000, with a performance period from January 1, 2026, to December 31, 2030. Interested parties, particularly Women-Owned Small Businesses, must submit their proposals by December 15, 2025, and can direct inquiries to Suzanna Kussman at suzanna.kussman@us.af.mil or Alexia Del Real at alexia.delreal@us.af.mil.
    B451 Chiller Circuit Repairs
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the repair of the B451 chiller circuit/compressor 2 at Offutt Air Force Base in Nebraska. The project entails troubleshooting and repairing the chiller, which includes a full refrigerant recharge, replacement of oil filters, and conducting associated maintenance checks to ensure optimal functionality. This contract is particularly significant as it supports the operational efficiency of critical cooling systems, with a total estimated award amount of $19,000,000 and a performance period from January 12, 2026, to May 1, 2026. Interested small businesses, particularly Women-Owned Small Businesses, must submit their proposals by December 16, 2025, and can direct inquiries to A1C Hunter Hendrix at hunter.hendrix.1@us.af.mil or 402-294-5206.
    Fire Alarm System Replacement, Mountain Home AFB
    Buyer not available
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for design-build services to replace the outdated fire alarm system at the Sagebrush Inn, Building 2320, located at Mountain Home Air Force Base in Idaho. The project requires the installation of a new addressable fire alarm system, including a comprehensive design, hazardous material surveys, and construction services, all in compliance with Unified Facility Criteria and relevant safety codes. This upgrade is critical to ensure the safety of the facility, which currently violates fire code requirements due to the lack of available replacement parts for the existing system. Interested contractors must submit their proposals by January 20, 2026, and can direct inquiries to primary contacts Cameron Smith and Taylor Inman via the provided email addresses. The estimated contract value ranges from $1 million to $5 million, with a performance period of 407 calendar days following the notice to proceed.
    VEHICLE BARRIERS MAINTENANCE AND REPAIR (VBMR) SERVICES at Edwards AFB
    Buyer not available
    The Department of Defense, through the Air Force Test Center at Edwards Air Force Base, is seeking qualified contractors to provide Vehicle Barriers Maintenance and Repair (VBMR) services. The procurement involves comprehensive maintenance and repair of critical vehicle barrier security systems, including quarterly preventive maintenance, emergency repairs, and annual refurbishment of various barrier systems and associated equipment. These services are vital for ensuring the operational integrity and security of base perimeter access points. Interested small businesses must submit proposals by December 5, 2025, with an estimated total contract value of $763,796.41 over a performance period from November 1, 2025, to October 30, 2026, including four option years. For further inquiries, contact Christopher Barnes at christopher.barnes.50@us.af.mil or Elsa N Ortiz Aguilar at elsa.ortizaguilar@us.af.mil.
    Tinker Base Supply and Munitions
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals from qualified contractors to provide Base Supply and Munitions services at Tinker Air Force Base (TAFB) in Oklahoma. The contractor will be responsible for managing personnel, equipment, and services related to supply operations, inventory control, customer support, and munitions management, ensuring compliance with Air Force regulations and maintaining war readiness. This contract is particularly significant as it supports the logistics readiness of the 72 Logistics Readiness Squadron and includes a total estimated award amount of $47 million, with a base performance period of 11 months starting in April 2026, followed by six one-year option periods. Interested parties should direct inquiries to Robert Kipler or Samuel Nemargut and submit proposals by the deadline of December 8, 2023.
    PRESOLICITATION: 415 SCMS Squadron Strategic MAC IDIQ
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is preparing to establish a Strategic Multiple Award Contract (MAC) Indefinite Delivery, Indefinite Quantity (IDIQ) for repair services through the 415 SCMS Squadron at Hill AFB. This contract will encompass repair services for 11 weapon systems and approximately 124 National Stock Numbers (NSNs), ensuring that repair designs meet or exceed system requirements and adhere to Form, Fit, Function, and Interface (FFFI) standards. The anticipated contract will have a five-year basic ordering period with an option for an additional five years, with a total potential contract length of 10 years, and is expected to be awarded by June 1, 2026. Interested vendors must submit a Source Approval Request (SAR) package by December 6, 2025, to be considered for this opportunity, and can direct inquiries to Cydnee Simpson at cydnee.simpson@us.af.mil or Nick Standiford at nicholas.standiford@us.af.mil.
    Luke Air Force Base 2026 Air Show - Audio Services
    Buyer not available
    The Department of Defense, through the Air Force, is soliciting proposals for audio services for the Luke Air Force Base 2026 Air Show, scheduled for March 20-22, 2026. The selected contractor will be responsible for providing a comprehensive outdoor audio system, ensuring clear sound coverage across all designated areas, including VIP zones, with setup occurring from March 18-19 and removal by March 23. This contract, valued at approximately $40 million, is set aside for Women-Owned Small Businesses and will be awarded based on technical acceptability, past performance, and price, with a submission deadline for quotes on December 17, 2025, at 1500 EST. Interested vendors should direct inquiries to 2d Lt Jalen Johnson or Jacqueline Aranda via the provided contact details.