LAK/RND Fire Suppression Maintenance & UV Systems Maintenance Services
ID: FA301626P0005Type: Solicitation
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, 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, set aside for small businesses, particularly Women-Owned Small Businesses (WOSB), encompasses a range of services including semi-annual maintenance, hydro-static testing, parts replacement, and emergency services, with a total estimated award amount of $12,500,000. The performance period is scheduled from March 2026 to September 2030, and interested contractors must submit their proposals by January 12, 2026, following a site visit on January 6, 2026. For further inquiries, potential bidders can contact Teresa Calavera Sullivan at teresa.calavera@us.af.mil or Emily A. Rodriguez at emily.rodriguez.8@us.af.mil.

    Point(s) of Contact
    Teresa Calavera Sullivan
    teresa.calavera@us.af.mil
    Emily A. Rodriguez
    emily.rodriguez.8@us.af.mil
    Files
    Title
    Posted
    The document is a wage determination under the Service Contract Act for Texas, specifically covering Atascosa, Bandera, Bexar, Comal, Guadalupe, Kendall, Medina, and Wilson counties. It outlines minimum wage rates for various administrative, automotive, food service, maintenance, health, information technology, and other occupations. The determination includes fringe benefits such as Health & Welfare, vacation, and eleven paid holidays. It also details special provisions for computer employees, air traffic controllers, and weather observers regarding night and Sunday pay. Hazardous pay differentials for work with ordnance and explosive materials are specified, along with uniform allowance requirements. The document concludes with the conformance process for classifying unlisted occupations, ensuring fair compensation and compliance with federal regulations.
    The document, titled "Microsoft Information Protection," indicates that the file is encrypted using Microsoft Information Protection. Users who are unauthorized or using unsupported PDF viewers will not be able to access the content. To open the document, users must employ a PDF viewer that supports Azure Rights Management or request permissions from the document owner. The document also provides links to learn more about PDF documents protected by Microsoft Information Protection and Microsoft's privacy statement. This suggests that the file is a secure government document, likely an RFP or grant-related material, requiring specific authorization and software for access, emphasizing data security and controlled dissemination.
    This document outlines the FY26 Fire Suppression & UV System Maintenance Services for Joint Base San Antonio (JBSA), effective through September 30, 2025. It details the inventory of wet/dry chemical fire suppression systems across Randolph, Chapman Annex, Kelly Annex, and Lackland installations, listing building names, system types (e.g., Ansul, Pyro Chem), quantities of systems and cylinders, and cylinder volumes. The summary table shows a total of 106 systems and 172 cylinders across all locations. Additionally, the document provides an inventory of Ultra-Violet Exhaust Hood Systems at Fort Sam Houston and Lackland, specifying control panel quantities, hood quantities, and bulb quantities and types. Finally, it lists a Clean Agent Fire Suppression System (FM-200) at Chapman Annex, detailing one system with one 389 lbs cylinder. This document serves as a comprehensive inventory for maintenance planning and service procurement.
    This government solicitation, FA301626R0005, is for Women-Owned Small Businesses (WOSB) and focuses on providing Fire Suppression and UV System Maintenance Services for Joint Base San Antonio (JBSA) Lackland and Randolph, TX. The contract, with an estimated total award amount of $12,500,000.00, outlines specific services including semi-annual maintenance, hydro-static testing, parts replacement, quarterly UV system inspections, UV bulb removal, and emergency services. The performance period spans from March 2026 to September 2030, with various line items covering different years. The document details inspection and acceptance locations at JBSA Lackland, specifies payment instructions via Wide Area WorkFlow (WAWF), and incorporates numerous FAR and DFARS clauses related to commercial products and services, business ethics, small business utilization, labor standards, and environmental protection. Key contacts for solicitation information and contract administration are also provided.
    Lifecycle
    Similar Opportunities
    WET/DRY SUPPRESSION SERVICES
    Dept Of Defense
    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.
    NAF Laundry Service JBSA Lackland and Randolph
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is seeking a contractor to provide laundry and dry-cleaning services for Joint Base San Antonio (JBSA), specifically at JBSA-Lackland and JBSA-Randolph. The contractor will be responsible for furnishing all necessary personnel, equipment, transportation, tools, materials, and supervision to perform these services in accordance with commercial industry practices, as outlined in the Performance Work Statement (PWS). This non-personal service contract is crucial for maintaining the operational readiness and hygiene standards of the military facilities. Interested parties can reach out to Daniel Schmitt at daniel.schmitt.5@us.af.mil or by phone at 210-671-1748, or Joseph Gyakari at joseph.gyakari@us.af.mil or 210-671-1705 for further information. The solicitation is set aside for small businesses, and all proposals must adhere to the terms and conditions specified in the solicitation amendment.
    Fleet Janitorial Services Maintenance
    Dept Of Defense
    The Department of Defense, specifically the Air Force Test Center, is seeking proposals for Fleet Janitorial Services Maintenance at Edwards Air Force Base in California. The contract requires the provision of comprehensive janitorial services for aircraft, including cleaning galley areas, managing waste, replenishing supplies, and servicing potable water systems, with a performance period extending from March 16, 2026, to March 31, 2031. This opportunity is critical for maintaining operational readiness and hygiene standards for aircraft assigned to the base. Interested small businesses must submit their proposals by January 26, 2026, and can direct inquiries to Richard Godoy at richard.godoy@us.af.mil or Cinthia Arias at cinthia.arias@us.af.mil, with an estimated total contract value of $22 million.
    Aircraft Wash Services
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for Aircraft Wash Services at MacDill Air Force Base in Tampa, Florida. The contract, designated as a Simplified Acquisition Proposal Request (SAPR) FA481426Q0002, is a total small business set-aside for a Firm Fixed Price (FFP), Indefinite Delivery Indefinite Quantity (IDIQ) contract, requiring the contractor to provide all personnel, equipment, and supplies necessary for the washing and maintenance of KC-135 aircraft. This service is critical for corrosion prevention and overall aircraft upkeep, with an estimated frequency of 1-6 washes weekly, and must comply with specific Department of Air Force guidelines. Proposals are due by January 15, 2026, with questions accepted until January 5, 2026; interested parties should contact Owen Harris at owen.harris.2@us.af.mil or Melissa Biggar at melissa.biggar@us.af.mil for further information.
    Aviator Oxygen Tank Service
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is seeking qualified contractors to provide aviator oxygen tank services for the 342nd Training Squadron at Wright-Patterson Air Force Base, Ohio, and the 344th Training Squadron at JBSA-Lackland, Texas. The procurement involves a Blanket Purchase Agreement (BPA) for the monthly pick-up, processing, refilling, and delivery of high-pressure steel oxygen cylinders, ensuring that the oxygen purity meets or exceeds 99.5%. This service is critical for training Airmen on low-pressure chambers and aircrew equipment, which is essential for managing in-flight situations. Interested small businesses must respond to the Request for Information (RFI) by December 29, 2025, and can direct inquiries to Contract Specialist Andrew Ng at andrew.ng.4@us.af.mil or Contracting Officer Jaison Saavedra at jaison.saavedra@us.af.mil.
    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.
    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.
    Custodial Services at TX210 in Texas
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking qualified contractors to provide non-personal custodial services at TX210 in Texas. The contract will cover a performance period from February 1, 2026, to January 31, 2027, with the possibility of four additional twelve-month option periods and a six-month option to extend services. These custodial services are crucial for maintaining cleanliness and hygiene in military facilities, ensuring a safe and functional environment for personnel. Interested parties, particularly those certified as Economically Disadvantaged Women-Owned Small Businesses (EDWOSB), should contact Michael Maggio at michael.a.maggio3.civ@army.mil or call 520-706-1999 for further details.
    Grease Laden Vapor Exhaust Systems Cleaning and Maintenance
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors for the cleaning and maintenance of grease-laden vapor exhaust systems at the United States Air Force Academy (USAFA) in Colorado. This procurement involves a non-personal service contract that requires comprehensive hood and duct cleaning, maintenance, and inspection services, ensuring compliance with NFPA and other relevant regulations. The importance of these services lies in maintaining safety and operational efficiency within the Academy's facilities. Interested parties must register for a site visit scheduled for January 14, 2026, by emailing their company details to the primary contacts, Travis Martin and Aurora Santos, by January 6, 2026. The contract is set aside for small businesses under the SBA guidelines, and further details can be found in the attached Performance Work Statement.
    Grease Trap Cleaning Service
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals from qualified small businesses for grease trap cleaning services at Beale Air Force Base (AFB) in California. The contract requires both scheduled quarterly and unscheduled cleaning services for six underground grease traps across five facilities, ensuring compliance with local, state, and federal regulations while preventing blockages and odors in the kitchen’s wastewater system. This non-personal service contract, valued at approximately $16.5 million, includes a base period from February 1, 2026, to January 31, 2027, with four optional one-year extensions, and proposals are due by January 9, 2026, at 10:00 AM PST. Interested parties should contact Teresa Romig at teresa.romig@us.af.mil or SSgt Jacob Duderstadt at jacob.duderstadt@us.af.mil for further information.