Opportunity
SAM #FA930226Q0024
Chemetron FM-200 Fire Suppression System Components for Edwards AFB
Air Force Test Center
March 24, 2026
April 15, 2026
FA930226Q0024
238290, 541990, 423690
This procurement seeks the supply and installation of FM-200 fire extinguishing system components at Edwards Air Force Base, California. - Government Buyer: - U.S. Air Force, Edwards Air Force Base, Systems Applications Design Group - OEM Highlight: - Chemetron is the primary Original Equipment Manufacturer (OEM) for the requested fire system components - Products Requested: - FM-200 fire suppression system parts, including: - Pneumatic actuators (e.g., part number 10610729) - Solenoid pilot valves (e.g., 70400108) - Grooved couplings and elbows (e.g., 70390540, 70390542) - Flexible connectors (e.g., 10260303) - Check valves (e.g., 70610549) - Alarm strobes and horn/strobes (e.g., 70030413, 20100179) - Smoke detectors (photoelectric and ionization, e.g., 70100906, 70100911) - Control cabinets (e.g., 20100145) - Warning and hazard signage (e.g., 70360526, 70610499, 70100447) - Additional system hardware (anti-recoil plugs, adapter nipples, cylinder valves, etc.) - Multiple part numbers and quantities specified for each component - Unique Requirements: - All components must be compatible with the FM-200 fire suppression system - Installation and integration with existing infrastructure at Edwards AFB - Place of Performance: - Edwards Air Force Base, California
Description
This is a Request for Quote (RFQ) Solicitation for the service inspection for Fire Suppression System at Edwards AFB
Please see attachments for further details.
(i) This is a solicitation for commercial services prepared in accordance with the format RFO 5.201(c), as supplemented with additional information included in this notice. This announcement constitutes the only solicitation - quotes are being requested and a written solicitation will not be issued. The Simplified Acquisition Procedures (RFO 12.201-1) will be used for this requirement.
(ii) Solicitation Number: FA930226Q0024 Please provide the full solicitation number on all packages
Interested parties who believe they can meet all the requirements for the services described in this synopsis are invited to submit, in writing, a complete quote.
Offerors may utilize the attached SF1449 to complete quote information in addition to a separate quote (in PDF format); ensuring the quote contains information and pricing for all contract line items (CLINs) included on the SF1449. Offerors are required to submit with their quote enough information for the Government to evaluate the requirements detailed in this combined synopsis/solicitation. Offerors shall submit quotes via email, please note the maximum file size is 10MB. Emails over this file size will not be received. Submit only written offers; oral offers will not be accepted.
This solicitation is issued as a Request for Quote (RFQ).
(iii) This solicitation document and incorporated provisions and clauses are in effect through Federal Acquisition Circular 2025-06, DFARS Change 11/10/2025 and DAFAC 2024-1016.
(iv) THIS REQUIREMENT WILL BE: Set Aside 100% to Small Businesses (SBSA). All vendors must be listed as a small business in SAM.gov. The North American Industry Classification System (NAICS) number for this acquisition is 541990 "All Other Professional, Scientific and Technical Services" with a size standard of 19,500,000.00.
(v) Delivery: Period of Performance will be date of award - 1 base year + 4 option years
(vi) The provision at RFO 52.212-1, Instructions to Offerors--Commercial Products and Commercial Services (Sep 2023), applies to this acquisition. Provisions and clauses can be viewed via internet at Acquisition.gov, https://www.acquisition.gov/.
Offerors shall prepare their quotations in accordance with RFO 52.212-1. In addition, the following information shall be included:
PROVIDE THE FOLLOWING CONTRACTOR INFORMATION WITHIN YOUR QUOTE:
1. SAM UEI:
2. TIN Number:
3. CAGE Code:
4. Contractor Name:
5. Payment Terms (NET 30) or Discount:
6. Point of Contact Name and Phone Number:
7. Email address:
8. Price:
9. Warranty:
10. Date Offer Expires:
11. FOB Destination:
12. Estimated Delivery Lead Time:
13. Technical Approach
Site visit will be held on April 8, 2026, 0920 Pacific Daylight Time.
If you are planning on attending the site visit, please email jamil.minosa.2@us.af.mil and abel.alcantar.1@us.af.mil with a notice that you are planning to attend the Fire Suppression v2 for a DoD Safe Link where your information will be routed
The drop-off link request must be submitted by 31 March, 2026 at 03:00PM PDT and your information must be sent through DoD Safe by 01 April 2026 at 11:00AM PDT
All Questions are due on April 9, 2026 at 0900AM PDT
Quotes are due on April 15 2026 at 0900AM PDT
Please limit your technical approach to 10 pages. Any file greater than 10 pages will not be reviewed.
The evaluation factor used for this solicitation is Lowest Priced Technically Acceptable.
The provision at RFO 52.212-2, Evaluation--Commercial Products and Commercial Services (Nov 2021) applies to this acquisition. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation is deemed as the lowest priced technically acceptable. The following factors shall be used to evaluate offers:
1. Technical Acceptability.
2. Price.
The Government will award a purchase order resulting from the RFQ to a responsible offeror whose quote is responsive to the RFQ and considered to be the LPTA.
The clause at RFO 52.212-4, Contract Terms and Conditions-- Commercial Products and Commercial Services (Nov 2023), applies to this acquisition.
Additional Contract Requirement or Terms and Conditions: Please find a contemplated list of additional provisions/clauses in the attachments; the final list of clauses is dependent upon actual dollar value of the contract award and may change from those provided in the attachment. Full text for the clauses and provisions can be accessed via https://www.acquisition.gov/
Defense Priorities and Allocation System (DPAS): N/A
Quote Submission Information: It is the government's intent to award without discussions. Therefore, each initial quote should contain the offeror's best terms from a price and technical standpoint. However, the government reserves the right to conduct discussions if the Contracting Officer (CO) determines that discussions are necessary.