Skip to content
Department of Defense

Kitchen Fire Suppression Systems

Solicitation: FA462526Q1028
Notice ID: cc9ae4510ef345c582c57be651478004
TypeSources SoughtNAICS 561210PSCH312DepartmentDepartment of DefenseAgencyDept Of The Air ForceStateMOPostedMar 10, 2026, 12:00 AM UTCDueMar 30, 2026, 09:00 PM UTCCloses in 20 days

Sources Sought from DEPT OF THE AIR FORCE • DEPT OF DEFENSE. Place of performance: MO. Response deadline: Mar 30, 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: FA462526Q1028. 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
$683,433,963
Sector total $1,390,027,899 • Share 49.2%
Live
Median
$3,748,229
P10–P90
$226,756$29,864,260
Volatility
Volatile200%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
49.2%
share
Momentum (last 3 vs prior 3 buckets)
+205%($346,122,006)
Deal sizing
$3,748,229 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 MO
Live POP
Place of performance
Whiteman Air Force Base, Missouri • 65305 United States
State: MO
Contracting office
Whiteman Afb, MO • 65305-5344 USA

Applicable Wage Determinations

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

WD Directory →
Best fit for this contractDavis-Bacon
MO20260079 (Rev 1)
Match signal: state matchOpen WD
Published Jan 30, 2026Missouri • Platte
Rate
HEAT & FROST INSULATOR (Includes Duct, Pipe and Mechanical Systems)
Base $43.60Fringe $33.52
Rate
BRICKLAYER
Base $40.53Fringe $16.69
+25 more occupation rates available in the full WD.
View more for this contract
3 more WD matches and 25 more rate previews.
Davis-BaconBest fitstate match
MO20260079 (Rev 1)
Open WD
Published Jan 30, 2026Missouri • Platte
Rate
HEAT & FROST INSULATOR (Includes Duct, Pipe and Mechanical Systems)
Base $43.60Fringe $33.52
Rate
BRICKLAYER
Base $40.53Fringe $16.69
Rate
TILE SETTER
Base $34.09Fringe $20.36
+24 more occupation rates in this WD
Davis-Baconstate match
MO20260073 (Rev 1)
Open WD
Published Jan 30, 2026Missouri • Clinton
Rate
HEAT & FROST INSULATOR (Includes Duct, Pipe and Mechanical Systems)
Base $43.60Fringe $33.52
Rate
BRICKLAYER
Base $40.53Fringe $16.69
Rate
TILE SETTER
Base $34.09Fringe $20.36
+24 more occupation rates in this WD
Davis-Baconstate match
MO20260082 (Rev 1)
Open WD
Published Jan 30, 2026Missouri • Bates, Caldwell, Clay +3
Rate
HEAT & FROST INSULATOR (Includes Duct, Pipe and Mechanical Systems)
Base $43.60Fringe $33.52
Rate
BRICKLAYER
Base $40.53Fringe $16.69
Rate
TILE SETTER
Base $34.09Fringe $20.36
+24 more occupation rates in this WD
Davis-Baconstate match
MO20260072 (Rev 1)
Open WD
Published Jan 30, 2026Missouri • Cass
Rate
HEAT & FROST INSULATOR (Includes Duct, Pipe and Mechanical Systems)
Base $43.60Fringe $33.52
Rate
BRICKLAYER
Base $40.53Fringe $16.69
Rate
TILE SETTER
Base $34.09Fringe $20.36
+23 more occupation rates in this WD

Point of Contact

Name
Volcious Shelton
Email
volcious.shelton@us.af.mil
Phone
6606872945
Name
Lacey Bayless
Email
lacey.bayless@us.af.mil
Phone
(660) 687-5421

Agency & Office

Department
DEPT OF DEFENSE
Agency
DEPT OF THE AIR FORCE
Subagency
AIR FORCE GLOBAL STRIKE COMMAND
Office
FA4625 509 CONS CC
Contracting Office Address
Whiteman Afb, MO
65305-5344 USA

More in NAICS 561210

Description

INTERESTED SOURCES MUST SELECT “ADD ME TO INTERESTED VENDORS” BUTTON ABOVE OR BELOW
TO BE CONSIDERED PARTICIPANTS IN THIS MARKET RESEARCH EFFORT.


Disclaimer:


This SSS is issued solely for informational and planning purposes. It does not constitute a solicitation 
(Request for Information, Request for Proposal, or Request for Quotation) or a promise to issue a 
solicitation in the future.


North American Industry Classification System (NAICS) Code: 561210 - Kitchen Fire Suppression System 
Inspection/Certification for 12 facilities and 24 Fire Suppression Systems across WAFB.


SBA Size Standard: $47,000,000.00


Requirement Information: Kitchen Fire Suppression System Inspection/Certification for 12 facilities and 24 
Fire Suppression Systems across WAFB.


This Sources Sought Synopsis (SSS) is in support of market research being conducted by the United States 
Air Force (USAF). This market research is being conducted to increase competition for this requirement 
by identifying potential sources and to gauge small business interest to determine whether or not this
requirement can be satisfied with a Small Business Set-Aside.


The Government will use the information gathered through publication of this SSS to determine the best 
acquisition strategy for this requirement. The Government is interested in all potential sources including 
Small Businesses, Small Disadvantaged Businesses, 8(a) businesses, Service-Disabled Veteran- Owned 
Small Businesses, HUBZone Small Businesses, Women-Owned Small Businesses, etc.


Potential sources shall be capable of furnishing all labor, materials, facilities and equipment required to
accomplish the Fire Suppression Systems in accordance with the attached Performance Work 
Statement (PWS) dated 03 March 2026.


NOTE: Potential sources should submit questions regarding this post to the email addresses below. 
volcious.shelton@us.af.mil , morgan.mcguckin@us.af.mil,  lacey.bayless@us.af.mil and amanda.fragoso@us.af.mil.


Disclaimer:


This SSS is issued solely for informational and planning purposes. It does not constitute a solicitation 
(Request for Information, Request for Proposal, or Request for Quotation) or a promise to issue a 
solicitation in the future.


The information in this notice is based on current information as of the publication date. The
information in this notice is subject to change and is not binding to the Government. If changes are
made, updated information will be provided in future notices and will be posted on the Federal Business
Opportunities website at www.sam.gov. Responses to this SSS may or may not be returned.
Contractors not responding to this SSS will not be precluded from participation in any future 
solicitation.


INTERESTED SOURCES MUST SELECT “ADD ME TO INTERESTED VENDORS” BUTTON ABOVE OR BELOW
TO BE CONSIDERED PARTICIPANTS IN THIS MARKET RESEARCH EFFORT.


Attachment:
1) Kitchen Fire Suppression System PWS (dated 03 March 2026)

Please include the following information in your response/narrative:

- Company name, address, and point of contact, with email address and phone number

- CAGE Code and/or Unique Entity Identification (UEI) number

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.