Opportunity
SAM #A061494
Fire Extinguisher and System Inspection, Maintenance, and Management for 437th MXG at Joint Base Charleston
Buyer
628th Combat Sustainment Support Battalion
Posted
April 17, 2026
Respond By
May 08, 2026
Identifier
A061494
NAICS
561621
The U.S. Air Force at Joint Base Charleston is seeking contractor support for the inspection, testing, maintenance, and management of fire extinguishers and fire extinguishing systems for the 437th Maintenance Group. - Government Buyer: - U.S. Air Force, Air Mobility Command, 628th Contracting Squadron (CONS PK), 437th Airlift Wing, 437th Aircraft Maintenance Squadron (437 AMXS/MXA Viper Flight) - Products and Quantities: - 400 handheld Halon 1211 fire extinguishers (8 lb) - 70 wheeled Halon 1211 fire extinguishers (150 lb) - 60 wheeled NOVEC 1230 fire extinguishers (150 lb) - Paint Booth 1: 1 PCI 17 ABC Tank, 3 PCI 70 ABC Tanks, 1 PAC 200 ABC Tank - Paint Booth 2: 5 PCI 35 ABC Tanks, 1 PCI 70 ABC Tank, 1 PAC 200 ABC Tank - Engine Test Cell: 4 Ton CO2 and 4 x 75 lb CO2 extinguishers - Services Requested: - Inventory, inspection, servicing, certification, maintenance, and testing of all fire extinguishers and fire extinguishing systems - Semiannual, annual, 5-year, 6-year, and 12-year inspections and hydrostatic testing - Repair and corrective maintenance, including emergency repairs within 2 working days - Unique Requirements: - Compliance with NFPA, OSHA, and DoD standards - Maintain a 90% in-commission rate for 150 lb wheeled extinguishers - Replacement extinguishers and parts must meet original specifications - Contractor must provide all tools, supplies, equipment, and labor - Recent, relevant experience required; small business set-aside - No specific OEMs or vendors are named; replacement parts must match original specifications.
Description
FY27 437 MXG INSPECTION, TESTING, AND MAINTENANCE OF FIRE EXTINGUISHERS AND FIRE EXTINGUISHING SYSTEMS.
SOURCES SOUGHT: THIS IS NOT A NOTICE OF REQUEST FOR QUOTATION BUT INFORMATION AND PLANNING PURPOSES ONLY! This notice does not constitute a commitment by the Government. All information submitted in response to this announcement is voluntary and the Government will not pay for information requested nor will it compensate any respondent for any cost incurred in developing information provided to the Government.
The Request for Quotation (RFQ) number is A061494 and shall be used to reference any written responses to this source sought.
Joint Base Charleston anticipates a requirement that is being considered under a small business set-aside program. The North American Industry Classification Systems (NAICS) Code proposed 541990. The size standard for NAICS is $19,500,000.
The requirement is to provide 437 Maintenance Group (MXG) with service to provide all tools, supplies, equipment and labor necessary to inventory, inspect, service, certify, maintain, test and manage all of the 437 MXG flight line, aircraft, building and vehicle fire extinguishers and certain fire systems located on Joint Base Charleston.
PWS is attached.
Include in your capabilities package your DUNS, Cage Code, System for Award Management expiration date, and any related specifications/drawings.
We are interested in any size business that is capable of meeting this requirement.
Market research is being conducted to determine interest, capability, and socio-economic category of potential sources for the requirement. The government requests interested parties submit a brief description of their company's business size (i.e. annual revenues and employee size), business status (i.e., 8(a), Historically Underutilized Business Zone, service-disabled veteran-owned small business, HUBZone small business, woman-owned small business, veteran-owned small business, or small business) anticipated teaming arrangements, and a description of similar services offered to the Government and to commercial customers.
All interested firms should submit a capabilities package that outlines the firm’s capabilities in providing the required services. Contractor is required to provide all management and labor required for the operation and management of the required services. Include three past references with current contact information and contract number. If subcontracts are to be used, provide anticipated percentage of effort to be subcontracted and whether small or large businesses will be used. The capabilities package should be brief and concise, yet clearly demonstrate an ability to meet the stated requirements. Recent, relevant experience in all areas should be provided. Teaming and/or subcontracting arrangements should be clearly delineated and previous experience in teaming must be provided. The response must not exceed 5 pages.
Any responses involving teaming agreements should delineate between the work that will be accomplished by the prime and the work accomplished by the teaming partners. The Government will use this information in determining its small business set-aside decision.
Please note: All contractors doing business with the Federal Government must be registered in the System for Award Management (SAM) database. The website for registration is www.sam.gov.
Responses may be submitted electronically to the following e-mail address: morgan.hart.1@us.af.mil. Telephone responses will not be accepted.
RESPONSES ARE DUE NO LATER THAN 8 MAY 2026.