Opportunity
SAM #W912BU26QA029
Dry Fire Suppression System Replacement at Fort Mifflin Distribution Center, Philadelphia
Buyer
USACE Philadelphia District
Posted
April 24, 2026
Respond By
May 01, 2026
Identifier
W912BU26QA029
NAICS
238220
The U.S. Army Corps of Engineers, Philadelphia District, is seeking information from qualified contractors for a major fire protection upgrade at a federal distribution center: - Government Buyer: - U.S. Army Corps of Engineers (USACE), Philadelphia District (ENDIST PHILADELPHIA) - Scope of Work: - Removal and replacement of dry fire suppression systems in Buildings 3, 4, and 6 at Fort Mifflin Distribution Center, Philadelphia, PA - Project area covers approximately 32,451 square feet - Includes system evaluation and design, demolition and removal of existing systems, installation of new dry fire suppression systems, integration with existing fire alarm systems, complete system testing and inspection, and final turnover with all required documentation - Products/Services Requested: - Dry fire suppression system replacement services (no specific OEMs, part numbers, or products named) - Unique/Notable Requirements: - All work must comply with NFPA 13, NFPA 25, NFPA 72, UFC 3-600-01, and EM 385-1-1 standards - Contractors must demonstrate relevant experience, technical compliance, and sufficient bonding capacity - No specific OEMs or vendors are identified in the notice - Place of Performance: - Fort Mifflin Distribution Center, Philadelphia, PA - Contracting office located at 1650 Arch Street, Philadelphia, PA
Description
This is a Sources Sought Notice and is for INFORMATION PURPOSES ONLY. This IS NOT a REQUEST for PROPOSALS, QUOTATIONS, or BIDS. Responses to this request will not be returned. Not responding to this sources sought does not preclude participation in any future and potential solicitation. It is the intent of the Contracting Office to use this information for market research purposes only. The survey is being conducted to determine the interest of industry within NAICS code #238220 and establish that there are adequate Large and/or Small Business (HUBZONE 8(a) or Service-Disabled Veteran Owned Small Business) contractors for providing all labor, supervision, materials, equipment, and transportation necessary to remove and replace existing dry fire suppression systems in Buildings 3, 4, and 6 at the Fort Mifflin Distribution Center, Philadelphia, PA. The Government WILL NOT pay for the provision of any information, nor will it compensate any respondents for the development of any such information. If a formal solicitation is released, it will be via the SAM.gov website. The existing systems have exceeded their service life and require replacement to ensure continued safety and code compliance. The total project area is approximately 32,451.46 sq. ft. The Contractor shall furnish and install a complete, fully functional, reliable, and code-compliant dry fire suppression system. Key tasks include but are not limited to: system evaluation and design, demolition and removal of the existing system, installation of a new system, integration with the existing fire alarm system, complete system testing and inspection, and final system turnover with all required documentation. All work must comply with NFPA 13, NFPA 25, NFPA 72, UFC 3-600-01, and EM 385-1-1.
Interested parties are requested to submit a Capabilities Statement of no more than five (5) pages. The statement should demonstrate the company's ability to perform the services described above and must include the following:
Company Information: Company name, address, Unique Entity ID (UEI), CAGE code, and point of contact (name, email, phone number).
Business Size/Socioeconomic Status: Please identify your business size (Small or Other-Than-Small) under NAICS code 238220 and any applicable socioeconomic categories (e.g., 8(a), HUBZone, Service-Disabled Veteran-Owned Small Business, Woman-Owned Small Business).
Relevant Experience: Provide at least two (2) examples of projects of similar size, scope, and complexity performed within the last five (5) years. Include project title, location, contract value, a brief description of the work performed, and a customer point of contact.
Technical Compliance: Briefly describe your company's experience and familiarity with NFPA, UFC, and EM 385-1-1 standards.
Bonding Capability: State your company's single and aggregate bonding capacity.
Small Businesses are reminded under FAR 52.219-14, Limitations on Subcontracting; that the firm will not pay more than 50 percent of the amount paid by the Government for contract performance, excluding the cost of materials, to subcontractors that are not similarly situated entities.
Responses should be submitted electronically via e-mail to:
Matthew Rhoads