WET/DRY SUPPRESSION SERVICES
ID: FA251725Q0078Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA2517 21 CONS BLDG 350PETERSON SFB, CO, 80914-1117, USA

NAICS

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

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- MATERIALS HANDLING EQUIPMENT (J039)

Set Aside

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

    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors to provide wet and dry suppression services at Peterson Space Force Base (SFB) in Colorado. The contractor will be responsible for inspecting, testing, and maintaining 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 procurement is critical for maintaining fire safety and compliance at the base, with a contract structured as a Firm Fixed Price (FFP) for a base year and four option years, plus a potential six-month extension. Interested small businesses must submit their quotes by January 5, 2026, and direct any questions to the primary contact, Stephen Carr, at stephen.carr.12@spaceforce.mil or 719-556-4999.

    Files
    Title
    Posted
    The Performance Work Statement (PWS) outlines the requirements for inspecting, testing, and maintaining wet and dry chemical fire suppression systems at Peterson Space Force Base, Colorado. The contractor is responsible for providing all personnel, tools, and chemicals necessary to ensure compliance with federal, state, and local regulations, including adherence to applicable safety and fire protection standards. Services will include semi-annual inspections, mandatory hydrostatic testing every twelve years, and necessary maintenance with prior approval for additional repairs. Reports detailing the outcomes of inspections and maintenance must be submitted within twenty workdays. The contractor is required to coordinate maintenance schedules with facility managers, ensuring minimal disruption to operations. Environmental compliance is mandated, requiring the use of eco-friendly products. The PWS also stipulates safety and security protocols, including the need for contractor employee badges and adherence to safety regulations during operations. Overall, the document serves as a comprehensive guideline for maintaining fire suppression systems essential for safety at Peterson SFB, indicating the government’s commitment to ensuring operational readiness and compliance with safety standards.
    The document outlines a Price Schedule for the procurement of WET and DRY Chemical Fire Suppression Systems, which is structured into multiple Contract Line Item Numbers (CLINs) ranging from 0001 to 5001. Each CLIN specifies the delivery of fire suppression systems in accordance with the Performance Work Statement (PWS). The schedule includes a total of six performance periods spanning from February 17, 2026, to August 31, 2031, with a total estimate of two semiannual units per period, except the final period, which stipulates one semiannual unit. Additionally, there is an option for a six-month extension. Notably, all price entries are marked as $0.00, indicating that prices are yet to be determined, and prospective contractors are instructed to complete specified sections in the provided format. Overall, the document serves as a formal Request for Proposals targeted at identifying and securing qualified vendors for fire suppression systems in compliance with government requirements.
    This Performance Work Statement (PWS) outlines the requirements for contractors to inspect, test, and maintain wet and dry chemical fire suppression systems at Peterson SFB, Colorado. The contractor must provide all necessary personnel, tools, chemicals, and parts, adhering to federal, state, local, OSHA, and NFPA standards. Services include semi-annual inspections, 12-year hydrostatic testing, and additional repairs. The contractor is responsible for cleanup and reinstatement of systems after discharge and must supply all necessary chemicals. All work requires coordination with facility managers and the Contracting Officer Representative (COR), who will inspect completed work. Reporting requirements include submitting inspection reports within twenty working days. The PWS also details performance objectives, government-furnished utilities, hours of operation, green procurement, hazardous materials handling, contractor qualifications (NICET certification required), quality assurance, safety, and security requirements for base access.
    This document, "Attachment 2 - CLIN Price Schedule Fire Alarm Maintenance & Support," outlines the pricing structure and performance periods for fire alarm maintenance and support services. It details various Contract Line Item Numbers (CLINs) for March and September inspections in accordance with the Performance Work Statement (PWS) across multiple fiscal years, from February 2026 to February 2031. Additionally, it includes optional six-month extensions for Task 1 and Task 2 inspections, as per clause 52.217-8, extending to August 2031. The schedule provides fields for contractors to input their organization information, point of contact, CAGE code, phone, email, unit prices, and total prices, with specific instructions to fill only the yellow-highlighted cells. The document is designed for offerors to submit their pricing for these services, with sections for calculating total and total evaluated prices.
    This government file, FA251725Q0078, details the clauses and provisions incorporated by reference and in full text for a federal acquisition. Key areas covered include regulations on supply chain security, payment instructions via Wide Area WorkFlow (WAWF), offeror representations and certifications for commercial products and services, and options to extend services and contract terms. The document outlines prohibitions related to former DoD officials, whistleblower rights, antiterrorism training, safeguarding defense information, and restrictions on telecommunications equipment from specific foreign entities. It also addresses various socioeconomic programs for small businesses, labor standards, environmental protection, and restrictions on business operations with certain foreign regimes. Penalties for delinquent tax liabilities or felony convictions are also included.
    This document, Wage Determination No. 2015-5417, Revision No.: 31, effective December 3, 2025, from the U.S. Department of Labor, Employment Standards Administration, Wage and Hour Division, outlines minimum wage rates and fringe benefits for various occupations in El Paso and Teller Counties, Colorado, under the Service Contract Act. It categorizes occupations into administrative, automotive, food service, furniture maintenance, general services, health, information and arts, information technology, instructional, laundry, machine tool, materials handling, mechanics, personal needs, plant operations, protective service, recreation, stevedoring/longshoremen, technical, and transportation. The document details fringe benefits, including health & welfare, vacation, and eleven paid holidays. It also includes specific footnotes for computer employees, air traffic controllers, and weather observers regarding exemptions and night/Sunday pay. Furthermore, it addresses hazardous pay differentials, uniform allowances, and the conformance process for unlisted occupations, emphasizing compliance with Executive Orders 13706 and 13658 concerning paid sick leave and minimum wage for federal contractors.
    This document is a combined synopsis/solicitation (FA251725Q0078) from the Department of the Air Force, United States Space Force, 21st Contracting Squadron, requesting quotes for wet/dry suppression services and fire alarm system maintenance at Peterson Space Force Base (SFB), Colorado. The solicitation, a 100% small business set-aside under NAICS code 811310, seeks a Firm Fixed Price (FFP) contract for a base year, four option years, and a six-month extension. Quotes are due by January 5, 2026, 11:00 A.M. Mountain Time, with questions due by December 24, 2025, 10:00 A.M. Mountain Time. Award will be based on the Lowest Price Technically Acceptable (LPTA) approach, evaluating technical acceptability (work coordination, certifications, and a 6-month certification plan) and price. Offerors must be registered in SAM.gov and provide specific documentation, including a cover letter, technical approach, and a completed CLIN Price Sheet.
    The U.S. Government, specifically the 21st Contracting Squadron at Peterson Space Force Base, is seeking market research responses for Wet-Dry Fire Suppression Services. This sources sought announcement is not a formal solicitation but aims to gauge interest and capability from potential contractors. The contractor will be required to provide comprehensive services for inspecting, testing, and maintaining fire suppression systems at Peterson Space Force Base. The incumbent contractor is Seabee Construction, Inc., with the anticipated solicitation date set for the first quarter of Fiscal Year 2026. Interested parties are required to submit information including their company details, business type relating to NAICS 811310, and capabilities specific to fire suppression services. Respondents are encouraged to provide insights on pricing structures and contract execution strategies, particularly regarding the mandatory NFPA hydrostatic testing. Responses must be received by July 16, 2025, and are to be sent via email to designated points of contact. This process emphasizes the government's intent to assess potential supplier capabilities before formal contracting proceedings and aims to ensure compliance with specific technical and operational requirements.
    Lifecycle
    Title
    Type
    Similar Opportunities
    50 CES Burn Tower Maintenance Re-acquisition
    Dept Of Defense
    The Department of Defense, through the 50th Contracting Squadron, is seeking qualified contractors for the maintenance and inspection of the Fire Department Burn House and firefighting training props at Schriever Space Force Base (SSFB) 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 annual inspections and emergency repairs. This total small business set-aside contract is structured for a single annual maintenance visit with options for up to four additional years, with quotes due by January 9, 2026, and questions accepted until 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 details.
    Live Fire Service
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking small business contractors to provide live fire service inspections and maintenance for Structural Fire Training Facilities (SFTF) and Aircraft Fire Training Facilities (AFTF) at Joint Base San Antonio (JBSA). The procurement requires contractors to conduct annual and semi-annual inspections, ensure compliance with relevant safety standards, and perform general maintenance and repairs, including environmental compliance and safety measures. This opportunity is crucial for maintaining the operational readiness and safety of fire training facilities, which are essential for training personnel in emergency response. Interested small businesses must submit their responses by December 22, 2025, at 3:00 PM Central Time, and can direct inquiries to Laura Herring at laura.herring.2@us.af.mil or Brent Paul at brent.paul.1@us.af.mil.
    Air Station Detroit Fire Suppression System Inspection
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified vendors to provide inspection and testing services for the fire suppression system at Air Station Detroit, located at Selfridge ANGB in Michigan. The procurement involves a request for quotation (RFQ) for commercial services, focusing on the inspection of installed fire alarms and suppression systems in accordance with the attached Statement of Work (SOW). This opportunity is critical for ensuring the safety and operational readiness of fire control equipment, which plays a vital role in emergency response and safety protocols. Interested small businesses must submit their bids through the Unison Marketplace platform, with questions directed to Marketplace Support at marketplacesupport@unisonglobal.com or by calling 877-933-3243. The solicitation emphasizes a total small business set-aside and will utilize an online competitive reverse auction format to enhance vendor participation.
    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.
    Evaluate Fire Suppression Bldg. 126 at the Watervliet Arsenal, Watervliet , NY
    Dept Of Defense
    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.
    Weed Abatement and Power Washing Services
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is conducting a sources sought notice to identify potential contractors for weed abatement and power washing services at Edwards Air Force Base in California. The primary objective is to perform initial cleanup and quarterly follow-up services, which include removing large weeds and grasses, applying chemical weed inhibitors, and power washing designated buildings and walkways. These services are crucial for maintaining the cleanliness and safety of the base's facilities. Interested parties must submit their company information, experience, and business size classification by 10:00 AM Pacific Standard Time on December 18, 2025, to the primary contact, Karla Vazquez, at karlalizette.vazquezmontes@us.af.mil, or the secondary contact, Carmen Barahona, at carmen.barahona@us.af.mil.
    USDA Forest Service Wildfire & All-Hazard Incident Sources Sought
    Agriculture, Department Of
    The USDA Forest Service is seeking qualified small business contractors to provide various services related to wildfire and all-hazard incident management. The procurement aims to identify firms capable of fulfilling needs such as food services, medical services, heavy equipment rentals, and sanitation, among others, to support the agency's mission of protecting communities and natural resources during incidents. These services are critical for managing both natural and manmade events that threaten public safety and environmental health. Interested parties should contact Kimberly Luft at kimberly.luft@usda.gov for further information and are encouraged to register in the System for Award Management (SAM) to be eligible for future opportunities.
    Peterson SFB Wifi Services
    Dept Of Defense
    The Department of Defense, through the 21st Contracting Squadron, is seeking qualified vendors to establish Blanket Purchase Agreements (BPAs) for commercial internet and WiFi services at Peterson Space Force Base in Colorado. The procurement aims to secure reliable and responsive internet services, requiring contractors to demonstrate technical capabilities in installation, maintenance, and troubleshooting, while adhering to specific operational standards and response times for outages. This initiative is critical for maintaining effective communication and operational efficiency at the base. Interested vendors must respond by August 16, 2029, and can direct inquiries to Contracting Officer Jake Hluska via email, with the relevant NAICS code being 517112 for wireless telecommunications carriers.
    CGC STURGEON BAY WATER MIST FIRE SUPRESSION TESTING WITH UPDATE SOW
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified small businesses to provide services for the Hi-Fog Water Mist Fire Suppression System on the USCGC Sturgeon Bay, located in Bayonne, New Jersey. The contractor will be responsible for conducting a 5-year and annual inspection, renewing 29 bottles, and ensuring the system operates correctly, which includes setting up, testing, and returning the system to normal operation. This procurement is crucial for maintaining the safety and operational readiness of the vessel's fire suppression capabilities. Interested vendors must submit their quotations by 0800 Pacific Time on December 29, 2025, with the performance period scheduled from December 22 to December 29, 2025. For further inquiries, contact Donna O'Neal at Donna.J.O'Neal@uscg.mil or Ulises Balmaceda at Ulises.O.Balmaceda@uscg.mil.
    B491 Fire Alarm Repair
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals from qualified small businesses for the repair of fire alarm systems at Facility B491, Offutt Air Force Base in Nebraska. The contractor will be responsible for providing all necessary equipment and labor to repair and rebuild the Simplex 4100ES Fire Alarm Control Panel, ensuring network communication with Facility B492 for fire pump activation. This project is critical for maintaining safety and compliance with fire control standards, and the total estimated award amount is $25 million. Interested parties must submit their proposals by January 5, 2026, and are encouraged to attend a site visit on December 16, 2025, with questions due by December 19, 2025. For further inquiries, contact SrA Jason Arizmendi at jason.arizmendi@us.af.mil or Lt Ryan Brewster at ryan.brewster.3@us.af.mil.