Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 21, 2025 SAM #8791
SOURCES SOUGHT

J -- Sources Sought for Fire Extinguisher Inspection, Maintenance, and Testing Services at Vance Air Force Base, OK

Notice Date
12/19/2025 11:35:17 AM
 
Notice Type
Sources Sought
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
 
Contracting Office
FA3029 71 FTW CVC ENID OK 73705-5037 USA
 
ZIP Code
73705-5037
 
Solicitation Number
26-0001
 
Response Due
1/10/2025 2:00:00 PM
 
Archive Date
01/25/2025
 
Point of Contact
Riyadh Saud, Phone: 5802137566, Thomas Patton, Phone: 5802136770
 
E-Mail Address
riyadh.saud@us.af.mil, thomas.patton.1@us.af.mil
(riyadh.saud@us.af.mil, thomas.patton.1@us.af.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
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.
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/fade87e09f5c4cec9314f4e262573ecf/view)
 
Place of Performance
Address: Enid, OK 73705, USA
Zip Code: 73705
Country: USA
 
Record
SN07671691-F 20251221/251219230035 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.