Skip to content
Department of Defense

BPA - Fire fighting Equipment PSC 4210

Solicitation: N0017424SN0017
Notice ID: f4b1836b7aa6436c92403d17972804ab
TypeCombined Synopsis SolicitationNAICS 922160PSC4210Set-AsideSBADepartmentDepartment of DefenseAgencyDept Of The NavyStateMDPostedJan 07, 2026, 12:00 AM UTCDueNov 11, 2028, 05:00 AM UTCCloses in 947 days

Combined Synopsis Solicitation from DEPT OF THE NAVY • DEPT OF DEFENSE. Place of performance: MD. Response deadline: Nov 11, 2028. Industry: NAICS 922160 • PSC 4210.

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: N0017424SN0017. Requirements vary by acquisition and contract type; COTS-only exceptions may apply.

Market snapshot

Awarded-market signal for NAICS 922160 (last 12 months), benchmarked to sector 92.

12-month awarded value
$23,506
Sector total $10,292,467 • Share 0.2%
Live
Median
$23,506
P10–P90
$23,506$23,506
Volatility
Stable0%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
0.2%
share
Momentum (last 3 vs prior 3 buckets)
+100%($23,506)
Deal sizing
$23,506 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 MD
Live POP
Place of performance
Indian Head, Maryland • 20640 United States
State: MD
Contracting office
Indian Head, MD • 20640-1533 USA

Applicable Wage Determinations

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

WD Directory →
Best fit for this contractDavis-Bacon
MD20260115 (Rev 0)
Match signal: state matchOpen WD
Published Jan 02, 2026Maryland • Frederick
Rate
BALANCING TECHNICIAN
Base $47.92Fringe $24.44
Rate
BRICKLAYER
Base $37.50Fringe $14.78
+78 more occupation rates available in the full WD.
View more for this contract
3 more WD matches and 78 more rate previews.
Davis-BaconBest fitstate match
MD20260115 (Rev 0)
Open WD
Published Jan 02, 2026Maryland • Frederick
Rate
BALANCING TECHNICIAN
Base $47.92Fringe $24.44
Rate
BRICKLAYER
Base $37.50Fringe $14.78
Rate
CARPENTER
Base $34.41Fringe $14.49
+77 more occupation rates in this WD
Davis-Baconstate match
MD20260008 (Rev 0)
Open WD
Published Jan 02, 2026Maryland • Allegany
Rate
CARPENTER
Base $30.25Fringe $22.00
Rate
CARPENTER-SHORING SCAFFOLD BUILDER
Base $30.25Fringe $22.00
Rate
CEMENT MASON
Base $30.12Fringe $21.35
+74 more occupation rates in this WD
Davis-Baconstate match
MD20260110 (Rev 0)
Open WD
Published Jan 02, 2026Maryland • Caroline
Rate
BALANCING TECHNICIAN
Base $32.00Fringe $8.29
Rate
BRICKLAYER
Base $37.50Fringe $14.78
Rate
CARPENTER
Base $36.09Fringe $18.76
+57 more occupation rates in this WD
Davis-Baconstate match
MD20260128 (Rev 0)
Open WD
Published Jan 02, 2026Maryland • Worcester
Rate
BALANCING TECHNICIAN
Base $26.25Fringe $8.29
Rate
BRICKLAYER
Base $37.50Fringe $14.78
Rate
CARPENTER
Base $30.54Fringe $18.76
+53 more occupation rates in this WD

Point of Contact

Name
Rebecca Collins
Email
rebecca.m.collins17.civ@us.navy.mil
Phone
Not available
Name
Brandi L. Sorzano
Email
brandi.l.sorzano.civ@us.navy.mil
Phone
Not available

Agency & Office

Department
DEPT OF DEFENSE
Agency
DEPT OF THE NAVY
Subagency
NAVSEA
Office
NAVSEA WARFARE CENTER • NSWC INDIAN HEAD DIVISION
Contracting Office Address
Indian Head, MD
20640-1533 USA

More in NAICS 922160

Description

Naval Surface Warfare Center Indian Head Division (NSWC IHD), located in Indian Head, Maryland, is interested in establishing Blanket Purchase Agreements (BPAs) with companies that provide standard commercial supplies and services at competitive prices in Classification: NAICS 922160, PSC/FSC Code 4210, Fire Fighting Equipment

BPA Calls will not exceed the Simplified Acquisition Threshold and Offerors will compete at the call level.

Interested companies must (have/include):

  • Cover sheet with the official company name, cage code, and point of contact including name, phone number, and email address.
  • Documentation addressing the capabilities and expertise.
  • Complete and return a price list, if applicable.
  • BPA's will be awarded on the basis of positive Past Performance. Interested vendors should provide a minimum of three Past Performance References (attached). The Past Performance references shall include name of the business/organization, address, and contract /order number, and award amount, point of contact, telephone number and description of the item.  The Past Performance will be evaluated based upon Customer Satisfaction, Timeliness, Technical Success, Program Management, and Quality.  The government reserves the right to use additional references if available.
  • An active account in the Procurement Integrated Enterprise Environment (PIEE formerly WAWF) at https://pieef.eb.mil to enter invoices and receiving reports, or credit card as a method of payment.
  • An active account in System for Award Management (SAM https://www.sam.gov)

Important Notes:

*This is a small business set-aside. If you possess a GSA contract, please note your GSA contract number in your response.

*Vendors who are found to have technical and past performance merit will be issued a Master BPA to be able to bid on future requirements.

*Price lists and catalog prices can be provided as they may help with direct award under the $10k threshold.

UPATED 9/30/2024

The Government is updating the required submission deadlines and changing the award dates.  The following is the new guidelines:

The Government intends to issue Master BPAs on a 6-month rotation through June 2029. To be considered for a June award, Interested Vendors should provide documentation and references to my email, rebecca.m.collins17.civ@us.navy.mil, no later than 30 April.  For a December award, interested vendors should provide documentation and references by email to rebecca.m.collins17.civ@us.navy.mil no later than 31 October.

PREVIOUS DATES

*The Government intends to issue Master BPAs on 6 month rotation through February 2029.  To be considered for a February award, interested vendors should provide documentation and references by email to rebecca.m.collins17.civ@us.navy.mil no later than 31 December.  For an August award, interested vendors should provide documentation and references by email to rebecca.m.collins17.civ@us.navy.mil no later than 30 June.

*The Government reserves the right to consider past performance information available from other sources, including, but not limited to, information in the Contractor Performance Assessment Reporting System (CPARS), the Past Performance Information Retrieval System (PPIRS https://www.ppirs.gov), and the Federal Awardee Performance and Integrity Information System (FAPIIS).

The Points of Contact for this request are:

  1. Rebecca Collins- rebecca.m.collins17.civ@us.navy.mil
  2. Brandi Sorzano – brandi.l.sorzano.civ@us.navy.mil
  3. TPOC/TAS – (Michelle Ellerbe) – michelle.r.ellerbe.civ@us.navy.mil

**Attachments**

All announcements should include 3 Past Performance Reference. (Sheet attached).

Files

Files size/type shown when available.

BidPulsar Analysis

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

Updated: Feb 14, 2026
Client-ready brief
Executive summary
high confidencegpt 4o mini

The DEPT OF THE NAVY is seeking to establish Blanket Purchase Agreements (BPAs) for fire fighting equipment through the Naval Surface Warfare Center Indian Head Division. The solicitation is set aside for small businesses under PSC 4210, with submissions due by April 30 for June awards and October 31 for December awards through 2029. Vendors are expected to provide past performance references and documentation to demonstrate expertise.

BPAFire Fighting EquipmentPast PerformanceSmall Business Set-AsideNaval Surface Warfare Center
What the buyer is trying to do

The buyer aims to create BPAs for fire fighting equipment to streamline procurement and ensure access to reliable suppliers with a proven track record in customer satisfaction and technical success.

Who should pursue this
  • Small businesses with experience in providing fire fighting equipment
  • Companies with a valid GSA contract
  • Vendors that can demonstrate strong past performance
Work breakdown
  • Establish BPAs with qualified vendors
  • Evaluate past performance references
  • Develop price lists for standard commercial supplies
  • Facilitate BPA calls not exceeding the simplified acquisition threshold
  • Implement a 6-month award rotation cycle
Response package checklist
  • Cover sheet with company name, cage code, and contact information
  • Documentation addressing capabilities and expertise
  • Three past performance references with detailed contact information
  • Price list for offered products/services
More BidPulsar strategy notesCompliance, pricing, teaming, risks, questions, and coverage notes
Compliance notes
  • Must have an active account in SAM
  • Must have an active account in PIEE for invoice submissions
  • Adherence to the simplified acquisition threshold for calls
Pricing strategy
  • Provide competitive pricing within the scope of standard commercial supplies
  • Utilize past performance to justify price ranges in proposals
  • Consider direct awards under the $10k threshold
Teaming and subs
  • Partner with subcontractors offering complementary services or expertise in fire fighting equipment
  • Leverage existing GSA contracts for enhanced credibility
Risks and watchouts
  • Risk of non-compliance with past performance requirements
  • Potential difficulties in meeting submission deadlines
  • Changes in procurement processes or requirements as reflected in updates
Smart questions to ask
  • Can we clarify the specific types of fire fighting equipment prioritized in BPAs?
  • What metrics will be utilized to evaluate past performance?
  • Are there specific qualifications needed for the past performance references?
Source coverage notes

Some notices publish limited source detail. Confirm these points before final bid/no-bid decisions.

  • Specific details on types of fire fighting equipment sought
  • Exact performance metrics for past performance evaluation
  • Clarification on the evaluation process for price submissions

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.