SOLICITATION NOTICE
J -- Fire Suppression Systems Maintenance Services for Joint Base San Antonio Fort Sam Houston
- Notice Date
- 12/3/2025 12:31:38 PM
- Notice Type
- Solicitation
- 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
- FA301626R0003
- Response Due
- 12/8/2025 8:00:00 AM
- Archive Date
- 12/23/2025
- Point of Contact
- Chad Olson, Emily A. Rodriguez
- E-Mail Address
-
chad.olson.4@us.af.mil, emily.rodriguez.8@us.af.mil
(chad.olson.4@us.af.mil, emily.rodriguez.8@us.af.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- NOTICE OF AMENDMENT 0001: The purpose of this amendment is to extend the offer due date to Monday, 8 December, 10:00 AM CST. Please follow instructions for Amendment acknowledgment and submission. Note: A question was taken into consideration after the question submission due date by the Contracting Officer to assist offerors in their proposal submissions. No additional questions will be accepted nor answered. Attachments: 1.Solicitation Amendment FA301626R00030001 SF 30 2. Questions & Answers Amendment 0001 ____________________________________________________________________________ Update - 1 December 2025: Please review the attached Question and Answer document addressing questions received regarding this solicitation. The solicitation has also been revised to include the Government-populated Not-to-Exceed amount for CLIN 0X03. The updated solicitation is also attached. ____________________________________________________________________________ The 502d Contracting Squadron (502 CONS) intends to procure follow-on services for the 502d Civil Engineering Squadron (502 CES) for maintaining fire suppression systems as defined in the associated Performance Work Statement (PWS) for Joint Base San Antonio (JBSA) Fort Sam Houston (FSH), Camp Bullis (CB), and San Antonio Military Medical Center (SAMMC). The contractor shall provide all tools, materials, equipment, transportation, personnel, supervision, and all other items necessary to perform all operations in connection with the inspection, testing, recharging, maintenance, repairing of fire suppression systems in a manner that will ensure their serviceability and prevent deterioration in value or effectiveness. The contractor must be licensed by State of Texas, and fully qualified to inspect and test all Fire Suppression Systems on JBSA- Ft Sam Houston, Camp Bullis, and San Antonio Military Medical Center SAMMC. The Contracting Officer's Representative (COR) will provide the building managers or dining hall supervisors contact information to the contractor. The contractor shall coordinate and schedule maintenance dates and times with building managers or dining hall supervisors on all fire suppression system work. Upon coordination with the facility managers, the contractor will provide the COR a copy of the set schedule. Site Visit: This visit is scheduled for 10:00AM CST on 21 November 2025 (Friday) at the Fort Sam Houston, Walters Street Visitor Center, located at 892 Hood St, San Antonio, TX 78208 for accountability. From there, Contractors will follow Government personnel to the site location given at time of site visit. If you are running late or lost, please call 1Lt Olson at 210-802-7358 for directions to site. Interested parties are required to have a copy of a valid REAL ID Driver�s License, vehicle registration and insurance on hand in order to receive a base pass. If the driver�s license has not been updated to the REAL ID, interested parties will need a passport along with a driver�s license. If this type of documentation is not provided a base pass will not be issued and attendance will not be granted. *Please email 1Lt Olson, chad.olson.4@us.af.mil, no Later than Thursday, 20 November 2025 of planned attendance *Contractors needing a pass are required to arrive NO LATER THAN 9:30AM CST on 21 November 2025. Please refer to above paragraph for required documentation. Interested vendors are requested to follow the Instructions, Conditions, & Notices to Offerors or Quoters � Addenda to FAR 52.212-1 Instructions to Offerors--Commercial Products and Commercial Services for submission requirements as well as Evaluation Factors for Award - Addenda to FAR 52.212-2 Evaluation - Commercial Products and Commercial Services as outlined in the Solicitation. Additionally, all questions and proposals are to be received by the due dates noted within the Solicitation to the POCs listed within this notice.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/27bd3c57a2f640eca12fec5f81a406e9/view)
- Place of Performance
- Address: JBSA Ft Sam Houston, TX, USA
- Country: USA
- Country: USA
- Record
- SN07656171-F 20251205/251203230033 (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 |