Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 12, 2026 SAM #8872
SPECIAL NOTICE

J -- Intent to Sole Source Fire Support Services

Notice Date
3/10/2026 9:32:21 AM
 
Notice Type
Special Notice
 
NAICS
561210 — Facilities Support Services
 
Contracting Office
W2SD ENDIST PHILADELPHIA PHILADELPHIA PA 19103-0000 USA
 
ZIP Code
19103-0000
 
Solicitation Number
W912BU26RA00FireSptIntent
 
Response Due
3/25/2026 11:00:00 AM
 
Archive Date
04/09/2026
 
Point of Contact
Brian Cox, Phone: 2156566897, Cherita Williams, Phone: 2156566775
 
E-Mail Address
brian.w.cox@usace.army.mil, cherita.l.williams@usace.army.mil
(brian.w.cox@usace.army.mil, cherita.l.williams@usace.army.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
The U.S. Army Corps of Engineers (USACE), Philadelphia District, intends to award a sole-source contract to Conquest Solutions to continue Fire Protection Inspection, Testing, Maintenance, and Repair Services at the Naval Surface Warfare Center Carderock Division (NSWCCD). This action is conducted under the authority of FAR 6.302-1 � Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements. The applicable NAICS code for this requirement is 561210. The Government requires continued services to maintain uninterrupted fire protection system compliance and operational safety while a follow-on competitive procurement is completed. DESCRIPTION OF SERVICES: The contractor shall provide all certified personnel, equipment, and supervision necessary for installation-wide inspection, testing, maintenance, repair, and operational support for all fire protection systems at NSWCCD facilities in Bethesda, MD, and the Olney Support Facility in Gaithersburg, MD. Systems include, but are not limited to: fire alarm and notification systems, automatic fire sprinkler systems, standpipe systems, fire pumps, special hazard fire suppression systems (e.g., FM-200), smoke/heat detection systems, and portable fire extinguishers. JUSTIFICATION FOR SOLE SOURCE (Per FAR 6.302-1): Conquest Solutions is the incumbent contractor and possesses unique and highly specialized qualifications and experience that are critical for the uninterrupted performance of these services. Award to any other source would result in unacceptable delays in fulfilling the agency's requirements and a substantial duplication of cost that is not expected to be recovered through competition. Unique Experience and Intimate Knowledge: Conquest Solutions has an unparalleled understanding of the complex and non-standard fire protection infrastructure at NSWCCD, which has been acquired through years of incumbent performance. Their technicians have site-specific knowledge of system locations, maintenance history, and operational nuances that are not documented in technical manuals. A new contractor would require a significant transition period to acquire this level of expertise, creating a gap in service that would endanger personnel and government property. Specialized and Certified Personnel: The incumbent�s workforce possesses the required, difficult-to-find certifications, including NICET Level IV, and has a proven track record of successfully maintaining the specific, and in some cases proprietary, systems installed at the facility. The immediate availability of this certified and experienced team is a critical factor that cannot be replicated by another contractor without a lengthy and costly start-up period. Substantial Duplication of Cost and Unacceptable Delays: A new contractor would need to conduct extensive site surveys, system diagnostics, and familiarization training, duplicating costs already absorbed by the Government through the incumbent's learning curve. These activities would introduce unacceptable delays, leaving critical life-safety systems without certified oversight and placing the Government at risk of being non-compliant with federal and DoD mandates (NFPA, UFC). Therefore, Conquest Solutions is the only firm capable of providing the required services within the required timeline without a break in service. This notice of intent is NOT a request for competitive proposals. However, all responsible sources may submit a capability statement, proposal, or quotation, which shall be considered by the agency. Interested parties must demonstrate a clear and convincing ability to meet all service requirements and overcome the challenges of experience, knowledge, and cost outlined in the justification. Responses received no later than the ""Date Offers Due"" specified above shall be considered by the Agency. A determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. The agency has a requirement in process and will compete the five-year requirement. CONTRACTING AGENCY: U.S. Army Corps of Engineers (USACE), Philadelphia District (NAP), Contracting (CT), 1650 Arch Street, Philadelphia, PA 19103-2004. AUTHORITY CITED: FAR 6.302-1 � Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements.
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/0bf3efd3f16c4363b17464933eaf4d44/view)
 
Place of Performance
Address: Bethesda, MD 20817, USA
Zip Code: 20817
Country: USA
 
Record
SN07739672-F 20260312/260310230042 (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!  © 1994-2026, Loren Data Corp.