SOLICITATION NOTICE
J -- Fire Suppression and UV System Maintenance Services for Joint Base San Antonio
- Notice Date
- 11/3/2025 1:25:56 PM
- Notice Type
- Presolicitation
- NAICS
- 811310
— Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
- Contracting Office
- FA3016 502 CONS CL JBSA LACKLAND TX 78236-5286 USA
- ZIP Code
- 78236-5286
- Solicitation Number
- FA301626R0005
- Response Due
- 11/10/2025 2:00:00 PM
- Archive Date
- 11/25/2025
- Point of Contact
- Kalyn Becker
- E-Mail Address
-
kalyn.becker@us.af.mil
(kalyn.becker@us.af.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- Pre-Solicitation Notice IAW FAR Subpart 5.2 Date: 3 November 2025 Year: 2025 Contracting Office Zip Code: 78236 Classification Code: J012 - Maint/Repair/Rebuild of Equipment�Fire Control Equipment, NAICS � 811310 - Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance Contracting Office Address: 1655 Selfridge Avenue, JBSA Lackland, TX Subject: Fire Suppression and UV System Maintenance Services for Joint Base San Antonio Proposed Solicitation Number: FA301626R0005 Closing Response Date: TBD Contact Point: Contract Specialist: Kalyn Becker, kalyn.becker@us.af.mil, 210-802-2036 Contracting Officer: Emily Rodriguez, emily.rodriguez.8@us.af.mil, 210-671-3179 Description: The 502d Contracting Squadron (502 CONS) intends to procure follow-on services for the 502d Civil Engineering Squadron (502 CES) for maintaining fire suppression and UV systems as defined in the associated Performance Work Statement (PWS) for Joint Base San Antonio (JBSA) Randolph, Lackland, Chapman Annex, Kelly Field Annex, and Fort Sam Houston. The contractor shall provide all resources (e.g., tools, materials, equipment, transportation, personnel, supervision) to perform inspection, recharge, maintenance, hydrostatic testing, repair, and painting of fire suppression systems as specified in this PWS. These systems include Dry Chemical, Wet Chemical, and Clean Agent types. The contractor shall provide regular maintenance for Caddy/Halton Ultra-Violet (UV) Exhaust Hood systems. The contractor shall coordinate and schedule maintenance with Facility Managers (FM), Dining Facility (DFAC) Supervisors, and the COR. All work requires COR pre-approval. Facility listings and locations for fire suppression systems, UV systems, and Clean Agent systems are located in various buildings across JBSA installations (Randolph, Lackland, Chapman Annex, Kelly Field Annex, and Ft Sam Houston). PERIOD OF PERFORMANCE: The Government intends to issue award of the contract with a base year + 4 ordering periods commencing 1 Jan 2026 through 31 Dec 2030. -Base Period: 1 Jan 2026 - 31 Dec 2026 -Ordering Period 1: 1 Jan 2027 - 31 Dec 2027 -Ordering Period 2: 1 Jan 2028 - 31 Dec 2028 -Ordering Period 3: 1 Jan 2029 - 31 Dec 2029 -Ordering Period 4: 1 Jan 2030 - 31 Dec 2030 Place of Contract Performance: Joint Base San Antonio, TX Set-Asides Status: Small Business
- Web Link
-
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/f9c91343d3d64222a6824c99a7264f74/view)
- Place of Performance
- Address: JBSA Lackland, TX 78236, USA
- Zip Code: 78236
- Country: USA
- Zip Code: 78236
- Record
- SN07633527-F 20251105/251103230038 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |