Skip to content
Department of Defense

Annual Inspection and Repair of Fire Equipment and Systems

Solicitation: W912EQ26QA026
Notice ID: 73e84e0aef9d4f8dbb333c1d127f0b69
TypeSolicitationNAICS 541990PSCH212Set-AsideSBADepartmentDepartment of DefenseAgencyDept Of The ArmyPostedApr 13, 2026, 12:00 AM UTCDueMay 01, 2026, 03:00 PM UTCCloses in 18 days

Solicitation from DEPT OF THE ARMY • DEPT OF DEFENSE. Place of performance: {"streetAddress":"","zip":""}. Response deadline: May 01, 2026. Industry: NAICS 541990 • PSC H212.

DoD CMMC Readiness
Modern compliance support by Federal Bid Partners

CMMC support options for this DoD solicitation

As DoD CMMC rollout expands, approximately 80%+ of DoD solicitations are expected to include cybersecurity/CMMC requirements, including many non-tech scopes.

Done-for-you service
CMMC start-to-finish with FBP
$2,000
Registered Practitioner logo
Guided by a Registered Practitioner with practical DoD workflow support.
  • Gap review, remediation roadmap, and implementation support
  • Policy package, evidence mapping, and submission prep
  • Designed for primes and subs across non-tech and tech work
Start CMMC with Federal Bid Partners →
AI-powered application
CMMC Pulsar™ start-to-finish
$399
CMMC Pulsar logo
First-of-its-kind CMMC Pulsar™ app to run your CMMC workflow with AI assistance.
  • Structured checklist, AI guidance, and progress tracking
  • Build evidence and controls with clearer next-step workflows
  • Ideal for teams that want speed plus affordability
Open CMMC Pulsar™ →
Solicitation context: W912EQ26QA026. Requirements vary by acquisition and contract type; COTS-only exceptions may apply.

Market snapshot

Awarded-market signal for NAICS 541990 (last 12 months), benchmarked to sector 54.

12-month awarded value
$210,372,145
Sector total $5,897,841,228,195 • Share 0.0%
Live
Median
$27,622
P10–P90
$12,076$148,708
Volatility
Volatile200%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
0.0%
share
Momentum (last 3 vs prior 3 buckets)
-69%(-$111,002,182)
Deal sizing
$27,622 median
Use as a pricing centerline.
Live signal is computed from awarded notices already observed in the system.
Signals shown are descriptive of observed awards; not a forecast.

Related hubs & trends

Navigate the lattice: hubs for browsing, trends for pricing signals.

We write these bids →
Open on SAM.gov →
Live POP
Place of performance
{"streetAddress":"","zip":""}
Contracting office
Memphis, TN • 38103-1894 USA

Applicable Wage Determinations

SAM WDOL references matched to this opportunity's location and scope language.

WD Directory →
No direct WD match was found yet for this notice. Review the WD directory for state/county coverage and verify on SAM.gov.

Point of Contact

Name
Kirk Middleton
Email
kirk.a.middleton@usace.army.mil
Phone
9015440786

Agency & Office

Department
DEPT OF DEFENSE
Agency
DEPT OF THE ARMY
Subagency
US ARMY CORPS OF ENGINEERS
Office
ENGINEER DIVISION MISSISSIPPI VALLEY • ENDIST MEMPHIS • W07V ENDIST MEMPHIS
Contracting Office Address
Memphis, TN
38103-1894 USA

More in NAICS 541990

Description

**The purpose of this amendment is to incorporate a bid schedule into the solicitation.** The U.S. Army Corps of Engineers, Memphis District has a requirement for annual and periodic inspection and servicing of fire equipment and systems. The solicitation number is W912EQ26QA026 and is being issued as a Request for Quote (RFQ). This is a small business set aside procurement. The associated NAICS code is 541990. Response to this solicitation must be received via email by date and time indicated on solicitation; regardless of method of delivery, it is the offeror?s responsibility to ensure receipt of quote by the time and date stated therein. Quotes should be marked with solicitation number W912EQ26QA026 and addressed to Tommye Sepulveda, Phone (901) 579-3647, email: Tommye.B.Sepulveda@usace.army.mil or Kirk A. Middleton, Phone (901) 544-0786, Kirk.A.Middleton@usace.army.mil. Vendors not registered in System for Award Management Registration (SAM) database prior to award will not be eligible for award. Vendors may register for SAM by registering online at www.sam.gov. In accordance with FAR 52.204-7, all vendors shall be registered in System for Award Management (SAM) prior to award, during performance and through final payment of any contract. North American Industry Classification System (NAICS) Code applicable (541990) to this acquisition must be in vendors SAM registration. EVALUATION AND BASIS OF AWARD ?FAR 13.106, Soliciting competition, evaluation of quotations or offers, award and documentation. The Government will use the Lowest Price Technically Acceptable (LPTA) to evaluate and award a contract resulting from this solicitation to the responsible Contractor whose quote conforming to the solicitation will be most advantageous to the Government based on overall assessment of technical capability, past performance and price. The Government intends to evaluate quotes and award a contract without discussions. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. Therefore, the initial quote should contain the best terms from a price and technical standpoint. The Government may reject any or all quotes if such action is in the public interest IAW FAR 6.302-7 and/or quotes that appear to be buying-in IAW FAR 3.501-1. All quotes submitted will be evaluated for (1) Technical Acceptability, (2) Satisfactory Past Performance and (3) Price.1. Technical Acceptability- - is defined as the capability to PROVIDE THE SERVICES as specified in this Solicitation and the attached Scope-of-Work (SOW), and the ability to meet the specified delivery schedule. To be determined Technically Acceptable contractors shall submit the following with their quote package: (1.) Technicians must be currently registered and licensed to inspect and service portable and fixed fire extinguishing equipment in the States of Tennessee, Arkansas and Missouri as appropriate with the facility location. Proof of licensing must be submitted with the Contractors bid. (2.) Re-tester Identification Number (RIN) issuance letter provided to the Contractor by the Associate Administrator for Hazardous Material Safety. The RIN will be verified using the Department of Transportation (DOT) Pipeline and Hazardous Materials Safety Administration (PHMSA) Cylinder Requalification Locator: https://portal.phmsa.dot.gov/rinlocator (3.) RIN issuance letter provided to the Contractors chosen subcontractor by the Associate Administrator for Hazardous Material Safety along with a Letter of Understanding from the chosen subcontractor stating that it agrees to perform the required hydrostatic testing of cylinders for the Contractor for the duration of the contract W912EQ26QA026. 2. Satisfactory Past Performance- A review of past performance will be conducted on this requirement. To demonstrate past performance the contractor shall provide documentation of satisfactory performance on past or current contracts of a similar type, size, scope and complexity, as well as provide references, including names and contact information of references who can verify their past performance. In addition to the above, the Government may review any other sources of information for evaluating past performance. Other sources may include, but are not limited to, past performance information retrieved through the Past Performance Information Retrieval System (PPIRS), including Contractor Performance Assessment Reporting System (CPARS), Federal Awardee Performance and Integrity Information System (FAPIIS) using all CAGE/Unique Entity Identifier numbers identified in the quote, and any other known sources not provided by the contractor. While the Government may elect to consider data from other sources, the burden of providing detailed, current, accurate and complete past performance information rests with the contractor. 3. Price ? Price Reasonableness will be determined by competitive quotes. The Government may reject any proposal that is determined to be Not Fair and Reasonable, unrealistically high, or low in price when compared to Government estimates, or are unbalanced, such that the proposal is deemed to reflect an inherent lack of competence or failure to comprehend the requirements. Provide your best and final quote including all discounts and credit card fees. It is incumbent upon the contractor to submit sufficient documentation and information for the Government to determine technical acceptability, satisfactory past performance, and proposed price. Failure to submit sufficient information for the government to determine technical acceptability, past performance or price may be cause for rejection of your quote. The Government intends to award no more than two (2) BPAs from this solicitation.

Files

Files size/type shown when available.

No public attachments surfaced yet. Some owner portals gate files behind registration, and BidPulsar keeps enriching the package as new public links appear.

BidPulsar Analysis

A practical, capture-style breakdown of fit, requirements, risks, and next steps.

Analysis is being generated for this notice. Check back shortly.

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.