Opportunity
SAM #SP4702-26-R-XXXX
Enterprise Fire Protection Control System (FPCS) Market Research and Services
Buyer
DCSO COLUMBUS-DIVISION-1
Posted
April 21, 2026
Respond By
May 05, 2026
Identifier
SP4702-26-R-XXXX
NAICS
561621, 541330, 541512, 541690, 238210
The Defense Logistics Agency (DLA) is seeking industry input for an Enterprise Fire Protection Control System (FPCS) solution to be deployed across multiple DLA and Department of Defense (DoD) facilities. - Government Buyer: - Defense Logistics Agency (DLA), Installation Management and Information Operations (J6), Enterprise Capabilities (J62B) - Scope of Work: - Enterprise-wide FPCS including networked digital controllers and user interfaces for fire and life safety systems - Integration of DoD-required cybersecurity measures - Services include: - Program and project management - Site assessments and design support - Maintenance, sustainment, and expansion (installation, restoration, modernization, decommissioning) - Radio frequency and spectrum management for wireless/RF/RFID equipment - OT/IT cybersecurity support (risk assessments, vulnerability management, patching, compliance with DoD/NIST standards) - Contract Structure: - Firm fixed price Indefinite Delivery Indefinite Quantity (IDIQ) contract - Base period of 12 months with four 12-month option periods (up to 5 years total) - Multiple vendors anticipated - Locations: - DLA Headquarters at Fort Belvoir, VA - Defense Supply Center Richmond (DSCR), Richmond, VA - Defense Distribution Center Susquehanna (DDCS), New Cumberland, PA - Defense Supply Center Columbus (DSCC), Columbus, OH - Defense Distribution Depot San Joaquin (DDJC), Tracy, CA - Key Personnel: - Program Manager, Project Manager, Lead Fire Protection Engineer, System Administrator, IT Security Engineer - No specific OEMs, vendors, products, or part numbers are named in the documents - Notable Requirements: - Integrated cybersecurity for all FPCS components - Compliance with DoD and NIST cybersecurity standards - Support for wireless and RF spectrum management
Description
This Request for Information (RFI) is issued to support market research in identifying sources able to provide the system capabilities and requirements detailed here. This RFI is issued solely for information and planning purposes and does not constitute a solicitation. All information received in response to this RFI marked Proprietary will be handled accordingly.
Please be advised that throughout this document, the terms 'Department of Defense' and 'Department of War' are treated as synonymous. Any mentions, clauses, or references pertaining to the Department of Defense shall be fully interpreted and applied as referring to the Department of War.
This Request for Information (RFI) is issued to support market research in identifying sources able to provide the system capabilities and requirements detailed here. This RFI is issued solely for information and planning purposes and does not constitute a solicitation. All information received in response to this RFI marked Proprietary will be handled accordingly.
Respondents are requested to clearly delineate their capabilities against the provided requirements. Specifically, responses must identify:
(1) Requirements the company can fulfill directly as the prime contractor. (2) Requirements the company cannot fulfill; and (3) Requirements that would be fulfilled through subcontracting or teaming partnerships.
Responses to the RFI will not be returned. In accordance with FAR 15.101(C)2, responses to this RFI are not offers and cannot be accepted by the Government to form a binding contract. A response to this RFI is necessary to assist the Government in determining the potential levels of interest, adequate competition, market maturity and technical capabilities within the Large and Small Business Communities to provide the required capabilities.
The Government does not intend to award a contract on the basis of the RFI or otherwise pay for information requested; and Responses will be treated as information only and not as a proposal.
Description: The Defense Logistics Agency (DLA) Installation Management (DM) and DLA Information Operations (J6), Enterprise Capabilities (EC) Portfolio (J62B) are seeking an Enterprise approach to Fire Protection Control Systems (FPCS). FPCS encompasses a wide array of fire and life safety systems that are installed at Department of Defense (DoD) real property facilities and include the control systems that ensure the proper function of the systems. A control system (CS) as it pertains to FPCS typically consists of networked digital controllers and a user interface used to monitor and generally control the fire and life safety equipment and systems. The intended Enterprise approach to FPCS allows for the appropriate level of DoD-required cybersecurity measures to be integrated throughout the planning, design and construction, renovation, and repair of new and existing fire and life safety systems based on the CS architecture of the equipment/systems.
DLA’s intent is a strategy that awards a firm fixed price Indefinite Delivery Indefinite Quantity (IDIQ) contract with vendor(s) with multiple individual Task Orders (TO) issued to the vendor(s) to fulfill future operational needs at sites with DLA presence. DLA may require multiple vendors in support of this effort for sustainment, maintenance, and new projects at the DLA headquarters location, the four (4) DLA host sites, and some tenant sites throughout the Continental United States (CONUS). Work will occur at the DLA headquarters at Ft. Belvoir, VA, and the four DLA host locations (Defense Supply Center Richmond (DSCR), Richmond, VA; Defense Distribution Center Susquehanna (DDCS), New Cumberland, PA; Defense Supply Center Columbus (DSCC), Columbus, OH; and Defense Distribution Depot San Joaquin (DDJC), Tracy, CA).
Attachment 01: Draft Performance Work Statement
Attachment 02: Acronym Glossary
Attachment 3: Service Call Work Authorization
Attachment 4: Purdue Level Information
Attachment 5: Non-Disclosure Agreement