Opportunity

SAM #XTLF25-1019

Fire Sprinkler System Replacement and Upgrade at Vance Air Force Base Facility 128

Buyer

71st Flying Training Wing Commander's Support Staff

Posted

May 11, 2026

Respond By

June 18, 2026

Identifier

XTLF25-1019

NAICS

23822, 238290, 238220

This opportunity involves the comprehensive repair and replacement of the fire sprinkler system at Facility 128, Vance Air Force Base, Oklahoma, managed by the Department of the Air Force, Air Education and Training Command. - Government Buyer: - Department of Defense, Department of the Air Force, Air Education and Training Command, Vance Air Force Base - Products and Services Requested: - Complete demolition and removal of the existing fire sprinkler system in Facility 128 - Design and installation of two new wet-pipe fire sprinkler systems compliant with NFPA 13 and UFC 3-600-01 - Installation of new fire alarm system components (including flow switches, tamper switches, pull stations, and wiring) integrated with the existing Notifier NFS 320 panel - Installation of new fire department connection (FDC), post indicator valve (PIV), underground tie-ins, water utility distribution piping, mains, branch lines, hangers, seismic bracing, sprinkler heads, auxiliary drains, inspector's test connections, and signage - System flushing, acceptance and hydrostatic testing, and delivery of as-builts, O&M manuals, warranties, and spare sprinklers - Hazardous material abatement (lead, cadmium, chromium) as required - Unique or Notable Requirements: - All work must comply with NFPA 13, 24, 70, 72, UFC 3-600-01, UFC 4-010-06, and AWWA standards - Contractors must field verify all dimensions and conditions - Key personnel must include a NICET III Sprinkler Designer and qualified installers with documented fire sprinkler experience - Detailed submittals, shop drawings, hydraulic calculations, and compliance documentation required - Award will be made using the Lowest Price Technically Acceptable (LPTA) method - No specific OEMs or vendors are named in the solicitation, but the existing fire alarm system references the Notifier NFS 320 panel - Place of Performance: - Facility 128, Vance Air Force Base, Enid, Oklahoma

Description

ASRC Federal Gulf State Constructors (AFGSC), as Prime Contractor to the United States Government, hereby solicits quotes from qualified firms for the following Firm-Fixed-Price requirement.

Important Funding Notice:

This requirement is unfunded at this time. Neither AFGSC nor the Government is obligated to award or reimburse proposal costs.  Award will only occur when/if funding becomes available. AFGSC or the Government may cancel this solicitation at any time before or after the closing date.

Description of Requirement:

AFGSC requests Firm-Fixed-Price quotes to repair and replace the fire sprinkler system in Facility 128, Vance AFB, OK. Work includes, but is not limited to (Statement of Work is attached and in conjunction with this notice).

• Full removal of the existing fire sprinkler system

• Installation of two new wet-pipe fire sprinkler systems per NFPA 13

• Relocation of sprinkler risers to the designated mechanical room

• Fire alarm interface work, including monitoring of valves, flow switches, and device tie-ins

• Hydraulic calculations and a new water supply flow test

• Installation of a new Fire Department Connection (FDC)

• Installation of a new PIV valve, underground tie-ins, concrete repair, and required thrust blocking

• Installation of new mains, branch lines, hangers, seismic bracing, and sprinkler heads

• Installation of auxiliary drains, inspector's test connections, signage, and identification

• System flushing, acceptance testing, hydrostatic testing, and final inspection

• Delivery of as-builts, O&M manuals, warranties, and spare sprinklers

All work shall comply with:

• NFPA 13, 24, and 72

• UFC 3-600-01

• Specifications contained in the attached XTLF 25-1019 Repair Fire Sprinkler Specifications

• Drawings in XTLF 25-1019 Repair Fire Sprinkler Drawings

• AFGSC and Vance AFB requirements.

Contractor must field verify all dimensions and existing conditions.

Instructions to Offerors:

Offerors must submit a complete quotation package including:

1. Firm-Fixed Price Proposal, using the attached bid sheet form and to include total cost for all labor, equipment, materials, testing,  commissioning, and deliverables.

2. Technical Submittals, including:

• Proposed sprinkler system components (cut sheets, model numbers, listings)

• Confirmation of NFPA 13/24 compliance

• Draft schedule

3. Key Personnel Qualifications:

• NICET III Sprinkler Designer

• Qualified installer with documented fire sprinkler experience

• Quote Validity Certification through September 30, 2026.

Email Quotes To:

Betty Kliewer - betty.kliewer.ctr@us.af.mil NLT June 18, 2026 at 1:00 PM CST

Late quotes will not be evaluated or accepted.

Evaluation Criteria:

This procurement will be awarded using Lowest Price Technically Acceptable (LPTA).

Technical Acceptability Includes:

• Conformance with all specifications and drawings

• Correct licensing, NICET requirements, and experience

• Complete and compliant submittals

• Ability to meet schedule

• Compliance with NFPA codes and Vance AFB requirements

• Price; Lowest evaluated price among technically acceptable offers

• FFP only - no alternate pricing structures accepted

Site Visit:

A site visit is scheduled for May 28, 2026 at 10:00 AM CST at 400 Young Rd, Bld 200 Room 224. Attendance is strongly encouraged but not mandatory. If you intend to come you may email Betty Kliewer; betty.kliewer.ctr@us.af.mil and Shannon Perry; shannon.perry.1.ctr@us.af.mil 48 hours before scheduled time to ensure your name is on the list.  Further instructions will be given upon email.

Contractors/visitors must comply with Vance AFB access requirements, including REAL ID-compliant identification, vehicle insurance, and security vetting.

Q&A Procedures:

All questions must be submitted using the attached Q&A Form ONLY.

Email completed forms to betty.kliewer.ctr@us.af.mil by the deadline of June 15, 2026. 

Additional questions will not be accepted after the cutoff.

Responses will be provided via formal solicitation amendment.  Offerors are responsible for checking SAM.gov for updates.

Attachments:

Specifications (SOW)

Drawings

Bid Form

Wage Determination

Q&A Form

Vendor Information

View original listing