- 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
Fire Suppression System Services at Joint Base Langley-Eustis Solicitation for Inspection, Testing, Maintenance (ITM), and Repair (Amended)
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.
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.
- Structured checklist, AI guidance, and progress tracking
- Build evidence and controls with clearer next-step workflows
- Ideal for teams that want speed plus affordability
Market snapshot
Awarded-market signal for NAICS 561210 (last 12 months), benchmarked to sector 56.
Related hubs & trends
Navigate the lattice: hubs for browsing, trends for pricing signals.
Applicable Wage Determinations
SAM WDOL references matched to this opportunity's location and scope language.
View more for this contract3 more WD matches and 30 more rate previews.↓
Point of Contact
Agency & Office
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.
-
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.
-
The Government is currently resolving an administrative matter internally. Additional information or clarification to the solicitation structure may be provided in a subsequent amendment.
-
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:
- Provides Official Responses: Attaches the Government's official responses to all timely Requests for Information (RFIs) received from potential offerors.
- 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.
- 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.
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.