Fire Suppressions Systems
ID: N40085-26-R-0052Type: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVFACSYSCOM MID-ATLANTICNORFOLK, VA, 23511-0395, USA

NAICS

Security Systems Services (except Locksmiths) (561621)

PSC

EQUIP/MATERIALS TESTING- FIRE FIGHTING/RESCUE/SAFETY EQUIPMENT; ENVIRON PROTECT EQUIPMENT/MATLS (H242)

Set Aside

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

    The Department of Defense, through the Naval Facilities Engineering Command Mid-Atlantic, is seeking qualified small businesses to provide fire detection and suppression services at Camp Lejeune, North Carolina. The procurement includes the installation and maintenance of various fire alarm systems, including conventional and addressable systems, as well as multiple fire suppression systems such as wet/dry pipe, pre-action, clean agent, and CO2 systems. This initiative is crucial for ensuring safety and compliance with fire protection standards within military facilities. Interested small businesses, particularly those that are 8(a), HUBZone, Service-Disabled Veteran Owned, Women Owned, and Economically Disadvantaged Women Owned, must submit their interest along with their business size, Cage Code, and Unique Entity Identification (UEI) Number via email by 3:00 p.m. on January 22, 2026, as this notice serves as a Sources Sought for market research purposes and is not a request for proposal.

    Files
    Title
    Posted
    The Naval Facilities Engineering Command Mid-Atlantic is issuing a Sources Sought Notice to identify potential small business offerors for fire detection and suppression services. This notice targets 8(a), HUBZone, Service-Disabled Veteran Owned, Women Owned, and Economically Disadvantaged Women Owned Small Businesses. The work includes conventional and addressable fire alarm systems, as well as various fire suppression systems like wet/dry pipe, pre-action, clean agent, and CO2 systems. The government intends to award a Firm Fixed Price/Non-Recurring contract with a one-year base period and four option years, not exceeding 60 months, under NAICS Code 561621 ($25,000,000 annual size standard). Interested small businesses must submit their interest, business size, Cage Code, and Unique Entity Identification (UEI) Number via email by 3:00 p.m. on January 22, 2026. This notice is for market research to determine a potential small business set-aside; it is not a request for proposal, and questions will not be entertained at this time.
    Lifecycle
    Title
    Type
    Fire Suppressions Systems
    Currently viewing
    Sources Sought
    Similar Opportunities
    Hangar 3211 Fire Suppression Repair
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the Hangar 3211 Fire Suppression Repair project at Joint Base McGuire-Dix-Lakehurst, New Jersey. This project involves the demolition and removal of the 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 procurement is critical for ensuring the safety and operational readiness of the hangar, which is vital for military operations. The contract is set aside for Service-Disabled Veteran-Owned Small Businesses, with an estimated value between $10 million and $25 million, a performance period of 365 days, and proposals due by February 20, 2026. Interested contractors can contact Kristen Rodgers at kristen.rodgers.2@us.af.mil or Wanda L. Wilson at wanda.wilson.1@us.af.mil for further information.
    Fire Alarm Suppression System Services for USCG Base New Orleans
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified vendors to provide fire alarm suppression system services at the Coast Guard Base in New Orleans, Louisiana. The procurement involves inspections and testing of fire protection systems in compliance with National Fire Protection Association (NFPA) standards, with a focus on ensuring safety and regulatory compliance across multiple facilities. This contract is a total small business set-aside, featuring a one-year base period from January 1, 2026, to December 31, 2026, followed by four one-year option periods, extending through December 31, 2030. Interested contractors must submit their quotes to Joel Ivy at Joel.S.Ivy@uscg.mil by the specified deadline and ensure they are registered in SAM.gov. Additionally, contractors should review the performance work statement and consider a site visit for accurate assessments of existing conditions.
    Repair BEQ AS4211
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command (NAVFAC) Mid-Atlantic, is soliciting proposals for the Repair BEQ AS4211 project located at Marine Corps Air Station (MCAS) New River in North Carolina. This project, estimated to cost between $10 million and $25 million, involves extensive renovations and upgrades to various building systems, including the installation of a new fire alarm and mass notification system, as well as improvements to infrastructure such as parking lots and sidewalks. Only a select group of seven General MACC Contractors are eligible to submit proposals, with a proposal submission deadline set for January 14, 2025, and a completion timeline of 730 days post-award. Interested contractors should contact Brandi Porche at brandi.l.porche.civ@us.navy.mil or Lauren Loconto at lauren.f.loconto.civ@us.navy.mil for further details and to ensure compliance with all requirements outlined in the solicitation documents.
    FC306 Laundry Room
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command Mid-Atlantic, is soliciting proposals for the FC306 Laundry Room project at Marine Corps Base Camp Lejeune, North Carolina. This opportunity is specifically set aside for small businesses, with only pre-selected contractors eligible to submit proposals for construction services, which include various phases of work such as demolition, plumbing, and electrical systems. The estimated contract value ranges from $100,000 to $250,000, with a completion timeline of 180 days, and proposals are due by February 6, 2026, at 2:00 PM EST. Interested contractors can contact Sharon Humphrey at sharon.e.humphrey.civ@us.navy.mil or Regenia D. Guest at regenia.d.guest.civ@us.navy.mil for further details.
    Repair Roof AS4085
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command Mid-Atlantic, is soliciting proposals for the "Repair Roof AS4085" project at Marine Corps Base Camp Lejeune, North Carolina. This project, estimated to cost between $1,000,000 and $5,000,000, is specifically set aside for small businesses, and only pre-approved roofing contractors listed in the General Requirements may submit proposals. The work involves comprehensive roof repairs and adherence to strict safety and administrative protocols, with a contract completion timeline of 450 days post-award and liquidated damages of $800 per day for delays. Proposals are due by January 15, 2026, at 2:00 PM EST, and interested contractors should contact Jessica Huebner or Lauren Loconto for further details.
    Preventative Maintenance/ Demand Maintenance (PM/DM) Indefinite Delivery Indefinite Quantity (IDIQ) Department of Defense Education Activity (DoDEA) for Fort Bragg, NC and Camp Lejeune, NC
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE), Norfolk District, is seeking qualified small businesses for a Preventative Maintenance/Demand Maintenance (PM/DM) Indefinite Delivery Indefinite Quantity (IDIQ) contract for facilities at Fort Bragg and Camp Lejeune, North Carolina. The contract will encompass a range of maintenance services, including the operation and maintenance of heating, ventilation, and cooling systems, kitchen equipment, and facility control systems, ensuring the efficient and safe operation of educational facilities for students and teachers. The anticipated solicitation is expected to be issued around March 2026, with a contract maximum of $11 million and a proposal submission deadline projected for April 2026. Interested firms must respond to the Sources Sought notice by January 13, 2026, and can contact Michael Stevenson Jr. or Candace Lotomau for further information.
    Chiller Replacement Bldgs. 128, 227, BB125, and RR135
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command Mid-Atlantic, is soliciting proposals for the replacement of chillers in Buildings 128, 227, BB125, and RR135 at Marine Corps Base Camp Lejeune, North Carolina. This project, designated as Solicitation N40085-26-R-9005, requires qualified Mechanical MACC Contractors to provide all necessary materials, labor, and supervision for the installation of new chillers, chilled water pumps, and associated electrical components, with a focus on minimizing disruption to ongoing facility operations. The estimated contract value ranges from $1,000,000 to $5,000,000, with proposals due by January 15, 2026, at 2:00 PM EST, and a site visit scheduled for December 30, 2025. Interested contractors should acknowledge Amendment 0001 in their submissions and can contact Tony Benson or Lauren Loconto for further information.
    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.
    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.
    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.