Edwards AFB Fire Suppression Maintenance 2026
ID: FA930226Q0001Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA9302 AFTC PZZEDWARDS AFB, CA, 93524-1185, USA

NAICS

All Other Professional, Scientific, and Technical Services (541990)

PSC

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

Set Aside

No Set aside used (NONE)
Timeline
    Description

    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.

    Point(s) of Contact
    Files
    Title
    Posted
    This Performance Work Statement (PWS) outlines the requirements for Fire Suppression Sustainment Services at the Benefield Anechoic Facility (BAF), Building 1030, Edwards AFB, CA. The contract, spanning five years (one basic, four option), is for non-personnel services including testing, maintenance, and potential repair of the pre-action fire suppression system. The contractor must be OSFM certified and hold a C16 license, adhering to NFPA and UFC standards. Key tasks involve annual testing of one of four quadrants, leak checks, RAM replacement, and reporting. The government will provide base support, emergency medical services (reimbursable), and specific equipment. The PWS details performance objectives, quality assurance measures, security, safety, and environmental compliance, emphasizing the contractor's responsibility for quality control and personnel management.
    The Q&A document for the Edwards AFB Fire Suppression Maintenance contract clarifies several key aspects for potential offerors. The contract involves recurring monthly services for fire suppression system maintenance, with specific tasks detailed in Section 1.6 and an objective table. Testing is conducted on one to two quadrants per year due to multiple quadrants across the base. Architectural and structural plans, specifically the Sprinkler FP-104 Document, are available in Sam.gov to assist with accurate pricing and device quantity identification for Building 1030. For inspecting fire sprinklers in the RAM building, contractors are permitted to use lift equipment, such as boom lifts (up to 75 feet high), with base personnel assisting with access and escorting. The solicitation is a new requirement, and FAR 52.212-1 applies to this acquisition, with the solicitation description updated in Sam.gov. There is no incumbent contractor as this is a new requirement.
    The Q&A document for the Edwards AFB Fire Suppression Maintenance contract clarifies various aspects of the solicitation. The contract involves specific, recurring tasks for fire suppression system maintenance across multiple quadrants, with one to two quadrants tested annually. Bidders are directed to Section 1.6 and the objective table for task specifics. Architectural and Structural plans, along with device quantity for Building 1030, are available in the Sprinkler FP-104 Document on Sam.gov. For inspecting high-ceiling sprinklers in the RAM building, contractors are permitted to use boom lifts (up to 75 feet), with base personnel clearing the area and providing escorts. The
    The Edwards AFB Fire Suppression Maintenance contract is a new requirement for multi-year fire suppression system maintenance, involving both recurring services and specific tasks across multiple quadrants tested annually. Key documents for proposal preparation, such as Architectural and Structural plans and device quantity information for building 1030, are available in the attached Sprinkler FP-104 Document on Sam.gov. Contractors will need to rent boom lifts for inspecting sprinklers at +/-75 feet in the RAM building, with base personnel providing escorts and clearing the area. The solicitation follows FAR 52.212-1, and a site visit is optional. Testing each quadrant takes approximately one week with 3-4 personnel. Beam detectors are tested in-house by the alarm shop, and there is no pumphouse at the facility as it is maintained by Civil Engineering.
    The government file FA930226Q0001 is a solicitation/contract/order for commercial products and services, specifically for Fire Suppression and System Sustainment for the Benefield Anechoic Chamber, Building 1030, at Edwards Air Force Base, California. The requirement is to test, maintain, and repair the pre-action fire suppression system in the facility, ensuring compliance with NFPA and UFC Standards. The contract includes a base period of 12 months for sustainment and deliverables, followed by multiple 12-month option periods, and a final 6-month option, totaling a potential five-year term. The estimated total award amount is USD 19,500,000.00. Key aspects include electronic submission of payment requests via Wide Area WorkFlow (WAWF) and adherence to various FAR and DFARS clauses concerning business ethics, cybersecurity, labor standards, and environmental regulations. The solicitation also outlines an ombudsman for conflict resolution and specific health and safety requirements for work on government installations.
    This document, Wage Determination No. 2015-5603, Revision 28, outlines the minimum wage rates and fringe benefits for service contract employees in Kern County, California, as mandated by the Service Contract Act and relevant Executive Orders. It details hourly wage rates for numerous occupations across various sectors, including administrative, automotive, food service, healthcare, and technical roles. The document specifies different minimum wage rates based on contract award dates, either $17.75 per hour (EO 14026) or $13.30 per hour (EO 13658) for contracts in 2025. It also covers fringe benefits like health and welfare (with separate rates for EO 13706), vacation, and eleven paid holidays. Special provisions are included for computer employees, air traffic controllers, and weather observers regarding exemptions, night, and Sunday pay. Additional details address hazardous pay differentials, uniform allowances, and procedures for conforming unlisted job classifications and wage rates using Standard Form 1444.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Fire Suppression Systems Maintenance Services for Joint Base San Antonio Fort Sam Houston
    Buyer not available
    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.
    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.
    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.
    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.
    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.
    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.
    Synopsis - Materiel Management Operations
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is preparing to solicit proposals for Materiel Management Operations (MMO) services at Edwards Air Force Base in California. The contract will require the selected contractor to provide comprehensive management, personnel, equipment, and services necessary for MMO functions, adhering to Performance-Based Service Acquisition principles and various regulatory compliance standards. This procurement is crucial for ensuring efficient logistics support and resource management at the base, with a solicitation expected to be posted by early January 2026. Interested parties can reach out to Amanda Tate at amanda.tate@us.af.mil or Norman Mackie at norman.mackie.1@us.af.mil for further information.
    Water Wells Inspection and Testing
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking vendors for a contract focused on the inspection and testing of five water well systems at Beale Air Force Base in California. The primary objective of this procurement is to assess the condition of the aging groundwater supply system, particularly addressing known issues with Well 5, and to prepare a comprehensive report detailing testing procedures, findings, and recommended corrective actions. This contract, which is set aside for small businesses, will span a 12-month base year from November 2025 to October 2026, and requires the contractor to adhere to strict regulatory compliance and quality control measures. Interested parties should contact Lamar Mullins at lamar.mullins@us.af.mil or 530-634-3368, and are encouraged to submit their UEI and capability statements along with any questions or comments regarding the requirement.
    F-15 SMDC Initiators
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the procurement of F-15 SMDC initiators, which are critical components for aircraft egress systems. The solicitation, identified as FA8213-26-R-3002, requires qualified sources to submit a qualification package, with evaluation based on the lowest technically acceptable price. This procurement is vital for ensuring the operational readiness and safety of military personnel, as these initiators play a crucial role in emergency egress systems. Interested parties must submit their proposals by January 2, 2026, and can direct inquiries to Abbigail Clawson at abbigail.clawson@us.af.mil or Cole Sposato at cole.sposato.1@us.af.mil.
    Lightning Protection Systems (LPS) Services & Repairs
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for Lightning Protection Systems (LPS) services and repairs at the Letterkenny Munitions Center in Chambersburg, Pennsylvania. The contract, valued at $12,500,000, requires comprehensive testing, repairs, and maintenance for various LPS components, including Earth Covered Magazines and explosive buildings, with a base period starting January 21, 2026, and extending through four optional years. This procurement is critical for ensuring the safety and operational readiness of military facilities, emphasizing the importance of reliable lightning protection systems. Interested contractors must submit their quotes by 1:00 PM ET on December 12, 2025, and can direct inquiries to Bobie J. Burkett at bobie.j.burkett.civ@army.mil or by phone at 717-267-5283.