1. DESCRIPTION This is a Sources Sought notice for market research purposes only and does not constitute a solicitation or a promise to issue a solicitation in the future. This notice does not commit the U.S. Government to contract for any supply or service whatsoever. The 71st Contracting Flight (71 CONF) at Vance Air Force Base is seeking information from qualified, experienced, and interested businesses capable of providing non-personal services for the inspection, maintenance, repair, testing, and certification of fire extinguishers and related fire suppression systems across the installation. Services shall be performed in accordance with all applicable National Fire Protection Association (NFPA) standards (e.g., NFPA 10), Occupational Safety and Health Administration (OSHA) regulations, and Department of Defense (DoD) instructions. 2. ANTICIPATED ACQUISITION STRATEGY The Government anticipates that this acquisition will result in the establishment of a Blanket Purchase Agreement (BPA) for fire extinguisher inspection, maintenance, and testing services at Vance Air Force Base, Oklahoma. Multiple awards may be made if the Government determines that doing so is in its best interest. A small business set-aside is contemplated. Award will be made to responsible offerors whose proposals represent the best value to the Government, considering technical factors and price. The Government may award to other than the lowest priced offeror or other than the highest technically rated offeror if the decision-maker determines that the incremental cost or technical merit warrants the additional expenditure. 3. REQUESTED INFORMATION Interested parties are requested to submit a capabilities statement that addresses the following: Company Information: Business name, address, Point of Contact (POC) name, email, and phone number. Business Size & Status: Business size (Small or Other than Small) under the specified NAICS code (811310), and any socio-economic statuses (e.g., 8(a), HUBZone, Service-Disabled Veteran-Owned Small Business (SDVOSB), Woman-Owned Small Business (WOSB)). CAGE Code and Unique Entity ID (SAM). Capability & Experience: A brief description of your company's capability to perform the services described. Please include experience with similar contracts, particularly with federal government or DoD installations. Provide at least two (2) examples of relevant past performance. Geographic Coverage: Confirmation of your company's ability to service the Vance Air Force Base, OK area. 4. SUBMISSION INSTRUCTIONS Interested parties are invited to submit a capabilities statement no later than 4:00 PM CST on January 10, 2026. Submissions must be sent via email to: Riyadh M. Saud, Email: riyadh.saud@us.af.mil The email subject line must read: “Sources Sought Response: Fire Extinguisher Services at Vance AFB” 5. DISCLAIMER The Government is not responsible for any costs incurred by respondents to this Sources Sought notice. All information submitted in response to this announcement is voluntary, and the Government will not pay for information requested nor will it compensate any respondent for any cost incurred in developing information provided to the Government.
Files size/type shown when available.
A practical, capture-style breakdown of fit, requirements, risks, and next steps.
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.
The signal updates as new awarded notices enter the system. Always validate the official award and solicitation details on SAM.gov.
P10 is the 10th percentile award size and P90 is the 90th percentile. Together they describe the typical spread of award values.
Awarded-market signal for NAICS 811310 (last 12 months), benchmarked to sector 81.