Opportunity

SAM #697DCK-26-RFI-SJC

Annual Fire Safety System Inspection and Testing at San Jose ATCT

Buyer

FAA Regional Acquisition Services

Posted

May 11, 2026

Respond By

May 18, 2026

Identifier

697DCK-26-RFI-SJC

NAICS

561621

This opportunity involves annual inspection and testing services for fire safety systems at a major federal aviation facility. - Government Buyer: - Federal Aviation Administration (FAA), Department of Transportation - FAA SW Regional Office, Fort Worth, TX - Services Requested: - Annual inspection and testing of fire alarm systems, sprinkler systems, and fire pumps - Contractor must provide all supervision, equipment, and appurtenances - Certification Requirements: - Supervisor must hold NICET Level III certification and manufacturer training - Technicians must hold NICET Level II certification - OEMs and Vendors: - No specific OEMs or vendors are named in the notice - Notable Requirements: - Staff must be certified and manufacturer-trained - NAICS code: 561621 (Security Systems Services, except Locksmiths) - Place of Performance: - Mineta San Jose International Airport Air Traffic Control Tower, Santa Clara, CA - Contracting Office: - FAA SW Regional Office, Fort Worth, TX

Description

This notice is a Request for Information (RFI) for the purpose of conducting market research. The Federal Aviation Administration is conducting a market survey to identify capable sources and to plan its acquisition strategy for a future acquisition. This survey is being conducted in accordance with the FAA Acquisition Management System (AMS) Section 3.2.1.2.1. This survey will support market research obtained from multiple sources and will be utilized for planning purposes only.

THIS IS NOT A REQUEST FOR PROPOSALS OR OFFERS. The Government is not committed to issue a solicitation or award a contract as a result of this announcement. A Solicitation (SIR)/Request for Proposal may be made under a separate announcement in the future. The FAA is not seeking or accepting unsolicited proposals at this time. Any cost associated with a market survey submission is solely at the interested vendor’s expense. The FAA will not pay for any information received or costs incurred in preparing vendor responses to this market survey.

General Scope of Work:

The requirement is for annual fire alarm system, sprinkler system and fire pump inspection and testing. The contractor is to provide all supervision, associated work, equipment, and appurtenances for testing and inspection. The Contractor shall be experienced in the testing of these systems and devices.  The supervisor shall be at a minimum, a National Institute for Certification Engineering Technology (NICET) Level III and “manufacturer trained” on the system being tested. The Contractor shall have a fully equipped and trained staff consisting at a minimum of National Institute for Certification Engineering Technology (NICET) Level II certified technicians.

Location:

Federal Aviation Administration

Mineta San Jose International Airport, Air Traffic Control Tower

275 Martin Avenue

Santa Clara, CA 95050

NAICS Code: 561621, Security Systems Services (except Locksmiths), $25M                                                                             

Responses to this market survey:

If your company is interested and can demonstrate capability and responsibility to deliver the service above, we encourage you to respond to this announcement.  Please provide the following in your response: - Company, name, address, phone and email address, and point of contact. - Company UEI number and verification of active registration in the System for Award Management (SAM). - Company’s business size (small or large), including small business status if applicable (Service-Disabled veteran owned, Woman Owned Small Business).  If claiming small business status, the information must be verifiable in SAM and SBA.gov.

- A summary of your company’s technical expertise for this service.

        Statements of your firm’s expertise should include reference to relevant contracts performed (including a description of the  scope, contract number and point of contact with phone number).

- A summary of your company’s delivery capability and time frame.

All interested companies, of any size, may respond to this request for information. Responses should be addressed to Anna Glover, at Anna. F. Glover@FAA.gov and should be received no later than Monday, May 18th at 5:00 PM EST. Please include the Notice ID in the subject line of the email.

This information is requested for Government planning purposes only. It is not a request for proposals and does not commit the Government to any contractual agreement. The Government shall not reimburse or pay any costs for preparing or submitting information in response to this notice. The Government will not award a contract based upon responses to this announcement.

View original listing