Fire Alarm System Testing & Inspection- Elgin, IL TRACON
Solicitation from FEDERAL AVIATION ADMINISTRATION • TRANSPORTATION, DEPARTMENT OF. Place of performance: IL. Response deadline: Mar 12, 2026. Industry: NAICS 561621 • PSC J012.
Market snapshot
Awarded-market signal for NAICS 561621 (last 12 months), benchmarked to sector 56.
Related hubs & trends
Navigate the lattice: hubs for browsing, trends for pricing signals.
Point of Contact
Agency & Office
More in NAICS 561621
Description
Request for Offer/Solicitation # 697DCK-26-R-00139 for Fire Alarm System Testing and Inspection Services at the FAA, Chicago Terminal Radar Control Facility (TRACON), Elgin, Illinois.
To view the solicitation and applicable attachments for this procurement, please visit: https://sam.gov/. Select “Contract Opportunities" and then select "Search Contract Opportunities." You can input the solicitation number in the search field.
This is a firm, fixed price (FFP) procurement set as full and open competition and a Total Small Business Set-Aside. The Principal North American Industry Classification System (NAICS) size standard code for this requirement is 561621, Security Systems Services (except Locksmiths).
SITE VISIT
A one-time site visit is scheduled for Tuesday, February 24, 2024 at 9:00 AM CT. Attendees must register. Please see further details in Section B of the attached SIR/Solicitation document.
QUESTIONS
All Questions/Requests for Information (RFI) must be emailed to alicia.m.grant@faa.gov (Contracting Officer) no later than March 2, 2026 at 5:00 PM CT to allow sufficient time to respond. Please include Solicitation/SIR # 697DCK-26-R-00139 in subject line of email correspondence. NO PHONE CALLS, PLEASE.
Potential offerors should note that the FAA reserves the right to communicate with one or more offerors at any time during the RFO process
Proposals must be received by email no later than the specified date and time listed in Section 8 of the SIR/Solicitation document, to the Contracting Officer at alicia.m.grant@faa.gov.
Any responses received after the closing date and time, may not be considered in accordance with AMS provision 3.2.2.3-14, Late Submissions, Modifications, and Withdrawals of Submittals.
This RFP is not to be construed as a contract or a commitment of any kind. The Government shall not be liable for payment of any costs attributed to the preparation and submission of requested proposal documentation.
LIST OF ATTACHMENTS
697DCK-26-R-00139 SIR- C90 Fire Alarm Testing Inspection
Attachment J-1- Statement of Work
Attachment J-2- Wage Determination
Attachment J-3- Customer Satisfaction Survey
Attachment J-4- Contractor Staffing Questionnaire
NOTICE for informational purposes for Minority, Women-owned and Disadvantaged Business Enterprises: The Department of Transportation (DOT), Office of Small and Disadvantaged Business Utilization (OSDBU), has a program to assist small businesses, small businesses owned and controlled by socially and economically disadvantaged individuals, and women-owned concerns to acquire short-term working capital assistance for transportation-related contracts. Loans are available under the DOT Short Term Lending Program (STLP) at prime interest rates to provide accounts receivable financing. The maximum line of credit is $750,000. For further information and applicable forms concerning STLP, call the OSDBU at (800) 532-1169.
Files
Files size/type shown when available.
BidPulsar Analysis
A practical, capture-style breakdown of fit, requirements, risks, and next steps.
FAQ
How do I use the Market Snapshot?
It summarizes awarded-contract behavior for the opportunity’s NAICS and sector, including a recent pricing band (P10–P90), momentum, and composition. Use it as context, not a guarantee.
Is the data live?
The signal updates as new awarded notices enter the system. Always validate the official award and solicitation details on SAM.gov.
What do P10 and P90 mean?
P10 is the 10th percentile award size and P90 is the 90th percentile. Together they describe the typical spread of award values.