Skip to content
Department of Defense

Fire Suppression System Services at Joint Base Langley-Eustis Solicitation for Inspection, Testing, Maintenance (ITM), and Repair (Amended)

Solicitation: FA480026Q0019
Notice ID: 7913e57289cc410e93e29efaf7c26070

Combined Synopsis Solicitation from DEPT OF THE AIR FORCE • DEPT OF DEFENSE. Place of performance: VA. Response deadline: Apr 03, 2026. Industry: NAICS 561210 • PSC H312.

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: FA480026Q0019. Requirements vary by acquisition and contract type; COTS-only exceptions may apply.

Market snapshot

Awarded-market signal for NAICS 561210 (last 12 months), benchmarked to sector 56.

12-month awarded value
$831,900,407
Sector total $1,753,124,958 • Share 47.5%
Live
Median
$1,536,338
P10–P90
$139,576$33,015,501
Volatility
Volatile200%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
47.5%
share
Momentum (last 3 vs prior 3 buckets)
+293%($494,588,451)
Deal sizing
$1,536,338 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 →
Map for VA
Live POP
Place of performance
Fort Eustis, Virginia • 23604 United States
State: VA
Contracting office
Langley Afb, VA • 23665 USA

Applicable Wage Determinations

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

WD Directory →
Best fit for this contractDavis-Bacon
VA20260176 (Rev 1)
Match signal: state matchOpen WD
Published Jan 30, 2026Virginia • Gloucester, Mathews
Rate
ASBESTOS WORKER/HEAT & FROST INSULATOR - MECHANICAL (Duct, Pipe & Mechanical System Insulation)
Base $40.77Fringe $20.17
Rate
BOILERMAKER
Base $38.97Fringe $27.39
+30 more occupation rates available in the full WD.
View more for this contract
3 more WD matches and 30 more rate previews.
Davis-BaconBest fitstate match
VA20260176 (Rev 1)
Open WD
Published Jan 30, 2026Virginia • Gloucester, Mathews
Rate
ASBESTOS WORKER/HEAT & FROST INSULATOR - MECHANICAL (Duct, Pipe & Mechanical System Insulation)
Base $40.77Fringe $20.17
Rate
BOILERMAKER
Base $38.97Fringe $27.39
Rate
BRICKLAYER
Base $22.44Fringe $10.23
+29 more occupation rates in this WD
Davis-Baconstate match
VA20260156 (Rev 1)
Open WD
Published Jan 30, 2026Virginia • Isle of Wight
Rate
ASBESTOS WORKER/HEAT & FROST INSULATOR - MECHANICAL (Duct, Pipe & Mechanical System Insulation)
Base $40.77Fringe $20.17
Rate
BOILERMAKER
Base $38.97Fringe $27.39
Rate
BRICKLAYER
Base $22.44Fringe $10.23
+29 more occupation rates in this WD
Davis-Baconstate match
VA20260169 (Rev 1)
Open WD
Published Jan 30, 2026Virginia • York
Rate
ASBESTOS WORKER/HEAT & FROST INSULATOR - MECHANICAL (Duct, Pipe & Mechanical System Insulation)
Base $40.77Fringe $20.17
Rate
BOILERMAKER
Base $38.97Fringe $27.39
Rate
BRICKLAYER
Base $22.44Fringe $10.23
+29 more occupation rates in this WD
Davis-Baconstate match
VA20260010 (Rev 1)
Open WD
Published Jan 30, 2026Virginia • Brunswick, Charlotte, Cumberland +7
Rate
ASBESTOS WORKER/HEAT & FROST INSULATOR - MECHANICAL (Duct, Pipe & Mechanical System Insulation)
Base $40.77Fringe $20.17
Rate
ELECTRICIAN
Base $37.95Fringe $25.95
Rate
POWER EQUIPMENT OPERATOR Bulldozer
Base $38.79Fringe $18.05
+8 more occupation rates in this WD

Point of Contact

Name
Gerell Johnson
Email
gerell.johnson@us.af.mil
Phone
7572255256
Name
Chester Terrill
Email
chester.terrill@us.af.mil
Phone
7572258550

Agency & Office

Department
DEPT OF DEFENSE
Agency
DEPT OF THE AIR FORCE
Subagency
AIR COMBAT COMMAND
Office
FA4800 633 CONS PKP
Contracting Office Address
Langley Afb, VA
23665 USA

More in NAICS 561210

Description

                                                                       Request for Quote

This RFQ includes and incorporates clauses from the Federal Acquisition Regulation. It is the contractor's responsibility to be aware of the relevant clauses and provisions. Full text of these clauses can be accessed at the following website: https://www.acquisition.gov.

The 633d Contracting Squadron, located at 14 Burrell Street, building 67, Langley AFB, VA, has a requirement for the procurement of Inspection, Testing, Maintenance (ITM) and Repair of Joint Base Langley-Eustis (Fort Eustis) Pre-Engineered Fire Suppression Systems. This is a 100% small business set-aside. The North American Industry Classification System (NAICS) code for this project is 561210 with a size standard of $47,000,000.00. This notice serves as both a synopsis and solicitation for commercial items, in accordance with Federal Acquisition Regulation (FAR) 5.203(a)(2), "Synopses of Proposed Contract Actions,". For further details, please see the Performance Work Statement (PWS) and other attachments.

This amendment is issued to provide the following updates to the solicitation:

  • Certification Requirements: This amendment emphasizes the requirement for offerors to possess current and valid certifications for both FM200 and Captive Aire Core Electronic Detection Systems.

  • Rescheduled Site Visit: The site visit has been rescheduled and will now be held on February 24. 2026.

  • Site Visit Recommendation: Due to the complexity of the project, attendance at the site visit is highly recommended to ensure a comprehensive understanding of the scope of work.

Site Visit: A Site visit will be accomplished at 14:00 EST on 24 February 2026. If you require a pass to access the facility for this visit, please email mehran.amini_tehrani.1@us.af.mil as soon as possible, but no later than 12:00 EST on 20 February 2026.

Questions: Vendors may submit questions regarding clarification of solicitation requirements to SrA Mehran Amini Tehrani by email to mehran.amini_tehrani.1@us.af.mil by 12:00 EST on 27 February 2026. Any questions received after this date may not be answered.

Please respond to this RFQ by completing an itemized quote on company letterhead. No late quotes will be accepted.

The purpose of #3 amendment is to extend the proposal submission deadline.

  1. The proposal due date is hereby extended from 6 March 2026 at 12:00 PM EST to 13 March 2026 at 12:00 PM EST

  2. The Government is currently resolving an administrative matter internally. Additional information or clarification to the solicitation structure may be provided in a subsequent amendment.

  3. All other terms and conditions of the solicitation remain unchanged at this time.

The purpose of the latest amendment is to provide official responses to industry questions and release supplemental information for the Fire Suppression Systems solicitation.

This amendment incorporates the following:

  1. Provides Official Responses: Attaches the Government's official responses to all timely Requests for Information (RFIs) received from potential offerors.
  2. Provides Historical Data: Attaches a sanitized document containing historical inspection data. Note: To avoid the release of proprietary contractor information contained in original report formats, the Government has extracted the relevant, factual data into a neutral document for all offerors' reference.
  3. Confirms Proposal Deadline: As per Amendment, the proposal submission deadline remains 13 March 2026 at 12:00 PM EST.

All other terms and conditions of the solicitation remain unchanged. Offerors are responsible for reviewing all attachments to this amendment when preparing their proposals.

Admendment Issued 27 March 2026

Proposal Due:  NLT 3 April 2026 4:30 PM EST

Purpose is to (1) update RFQ CLIN total quantiies for the Base and Option year, ( 2) Update POC, and (3) update response due date.

CLIN  0001  Annual Inspection FM-200 Systems  - was Total Qty 9 each, reduced to 8 each.

CLIN  0002 -1st  Semi-Annual Commercial Wet Inspections - was Total Qty 45 each, reduced to 38 each.

CLIN 0003 - 1st Semi-Annual Residential Wet Chemical Systems  - No change Total Qty 7 each

CLIN  0004 - 2nd  Semi-Annual Commercial Wet Inspections - was Total Qty 45 each, reduced to 38 each.

CLIN 0005 - 2nd Semi-Annual Residential Wet Chemical Systems  - No change Total Qty 7 each

CLIN 0006 - Optional Government approved repairs 1 Group repairs. Total amount $10,000.  Added Gov't Qty 1 Grou determined amount.  

Files

Files size/type shown when available.

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.