Opportunity

SAM #PANMCC-26-P-0000042033

Army Seeks Three Portable Unmanned Firefighting Units for Aircraft Hangar at Fort Hood (Cavazos)

Buyer

MICC Fort Cavazos

Posted

March 30, 2026

Respond By

April 09, 2026

Identifier

PANMCC-26-P-0000042033

NAICS

334519, 333999, 811219

This opportunity involves the Army's Mission Installation Contracting Command (MICC) at Fort Hood (also known as Fort Cavazos) seeking information from small businesses for the potential procurement of portable, unmanned firefighting units for an aircraft hangar. - Government Buyer: - Department of the Army, MICC, 418th Contracting Support Brigade, W6QM MICC-FDO Fort Hood - OEMs and Vendors: - RMT (Original Equipment Manufacturer of the RMT 4000) - Products/Services Requested: - Three (3) RMT 4000 portable, unmanned firefighting units or technically equivalent systems - Each unit must be automated, self-contained, and serve as a backup fire suppression system - Minimum coverage: 7,800 sq ft per unit - Minimum foam capacity: 240 gallons - Must use cold, dense high-energy foam suitable for aviation fuel fires - Battery-powered operation - Automatic deployment upon fire detection - One or two oscillating turrets per unit - Integration with existing fire alarm systems is desirable - Maintenance support options are desirable - Unique or Notable Requirements: - Focus on unmanned, portable, automated firefighting units for high-value aircraft hangar protection - Technical equivalence to RMT 4000 required for alternatives - Encouragement of small business participation across all socioeconomic categories - NAICS code: 334519 (Other Measuring and Controlling Device Manufacturing) - Place of Performance/Delivery: - Fort Hood (Fort Cavazos), Texas (aircraft hangar) - No additional products or services are listed beyond the three units

Description

This is Sources Sought Notice ONLY. The U.S. Government intends to three (3) new RMT 4000 portable, unmanned firefighting units, or a technically equivalent system for an aircraft hangar at Fort Hood, Texas.  If two or more qualified small businesses respond to this Sources Sought Notice with sufficient information to support a set-aside, we will move forward accordingly. We encourage all small businesses, across all socioeconomic categories—including the 8(a) Business Development Program, Small Disadvantaged Business, Historically Underutilized Business Zone, Service-Disabled Veteran-Owned, and Women-Owned Small Business concerns—to identify their capabilities in meeting this requirement at a fair market price.

This notice is issued solely for information and planning purposes – it does not constitute a Request for Quote (RFQ)/Invitation for Bid (IFB)/Request for Proposal (RFP) or a promise to issue an RFQ, IFB or RFP in the future.  This notice does not commit the U.S. Government to contract for any supply or service.  Further, the U.S. Government is not seeking quotes, bids or proposals at this time and will not accept unsolicited proposals in response to this source sought notice.  The U.S. Government will not pay for any information or administrative costs incurred in response to this notice. Submittals will not be returned to the respondent.  Not responding to this notice does not preclude participation in any future RFQ or IFB or RFP, if any is issued.  If a solicitation is released, it will be synopsized on the Governmentwide Point of Entry (GPE), SAM.gov.  It is the responsibility of potential offerors to monitor the GPE for additional information pertaining to this requirement.  The anticipated NAICS code(s) is: 334519 Other Measuring and Controlling Device Manufacturing with a business size standard 1,250 employees

See the Attached Salient characteristics.

In response to this source sought, please adhere with the following:

1.  All responses limited to 5 pages and include the following additional information: name of the firm, point of contact, phone number, email address, Unique Entity Identifier (UEI),  CAGE code, a statement regarding small business status (including small business type(s)/ certifications(s) such as SDB, 8(a), HUBZone, SDVOSB, WOSB, etc.) and the corresponding NAICS code.

2.  Identify whether your firm is interested in competing for this requirement as a prime contractor or not.  Identify subcontracting, joint ventures or teaming arrangements that will be pursued, if any.

3.  Provide information in sufficient detail regarding previous experience (indicate whether as a prime contractor or subcontractor) on similar requirements (include size, scope, complexity, timeframe, government or commercial), pertinent certifications, etc., that will facilitate making a capability determination. 

4.  Provide information to help determine if the requirement is commercially available, including pricing information, basis for the pricing information (e.g., market pricing, catalog pricing), delivery schedules, customary terms and conditions, warranties, etc.

5.  Identify how the Army can best structure these contract requirements to facilitate competition by and among small business concerns.

6.  Identify any condition or action that may have the effect of unnecessarily restricting competition with respect to this acquisition.  Please contact the MICC Advocate for Competition, Scott Kukes, at scott.d.kukes.civ@mail.mil or 210-466-3015, if you believe that this action is unreasonably restricting competition.  Include the subject of the acquisition, this announcement, and the MICC POC information from the SAM.gov notice.  Provide the specific aspects that unreasonably restrict competition and the rationale for such conclusion.

7. Provide recommendations to improve the approach/specifications/draft SOW/draft PWS & PRS to acquiring the identified items/services.

Interested parties are requested to submit a capabilities statement in addition to the above information.  The deadline for response to this request is no later than (9 April 2026 at 1500HRs CST).  All responses under this Sources Sought Notice must be e-mailed to (brandi.s.lewis-reed.civ@army.mil) include title and PAN number in the subject line.

View original listing