Closed Solicitation · DEPT OF DEFENSE

    FIRE ALARM AND SUPPRESSION SYSTEM REPAIR

    Sol. W50S6T26QA012Sources SoughtSet-aside: Total Small Business Set-Aside (FAR 19.5)FRESNO, CA
    Closed
    STATUS
    Closed
    closed Mar 20, 2026
    POSTED
    Mar 17, 2026
    Publication date
    NAICS CODE
    238210
    Primary industry classification
    PSC CODE
    J012
    Product & service classification

    AI Summary

    The 144th Fighter Wing intends to issue a sole-source award for fire alarm and suppression system repairs. HCI Systems, Inc. is the only responsible source due to their prior inspections and specialized knowledge. Interested parties may submit their capabilities by the specified deadline. This notice is not a request for proposals.

    Contract details

    Solicitation No.
    W50S6T26QA012
    Notice Type
    Sources Sought
    Set-Aside
    Total Small Business Set-Aside (FAR 19.5)
    Posted Date
    March 17, 2026
    Response Deadline
    March 20, 2026
    NAICS Code
    238210AI guide
    PSC / Class Code
    J012
    Primary Contact
    Jarrod Sanchez
    City
    FRESNO
    State
    CA
    ZIP Code
    93727-2199
    AI Product/Service
    service

    Description

    The 144th Fighter Wing (144 FW), intends to issue a sole-source award for repair services to fire alarm and suppression systems. These repairs are required to restore fire systems in multiple buildings throughout the installation back to fully operational.

    The 144 FW intends to issue a sole-source award to HCI Systems, Inc. HCI recently completed the required NFPA 72, NFPA 25, and UFC 3‑600‑01 inspections of the fire alarm, fire pump, and fire sprinkler systems across Fresno Air National Guard Base. The inspections identified multiple critical deficiencies requiring immediate corrective action, including maintenance of three electric fire pumps, replacement of twenty‑six outdated sprinkler gauges, installation of missing escutcheons, calc plates, PIV locks, FDC caps, and new fire alarm batteries across numerous buildings. Additional deficiencies include Monaco fire alarm programming corrections, device label updates, and extensive troubleshooting for non‑reporting and non‑functional alarm circuits in more than a dozen facilities. Because HCI performed the inspections, they possess the only complete and accurate diagnostic baseline for these issues, including system‑specific knowledge of risers, pump isolation points, and proprietary Monaco Enterprises device configurations.

    Under NFPA 72 and NFPA 25, as well as standard fire‑protection contractor liability and insurance requirements, any contractor performing repairs must independently verify system conditions prior to accepting responsibility. A new vendor cannot legally or ethically rely on the findings of another contractor, and would therefore be required to re‑inspect, re‑test, and re‑diagnose all affected systems including the dormant fire pumps, sprinkler components, and Monaco Enterprises fire alarm network before any repair work could begin. This mandatory re‑verification would duplicate work already completed by HCI, delay necessary NFPA‑driven corrections, extend system impairments, and increase risk to mission‑critical facilities. Several required corrective actions, particularly those involving Monaco Enterprises programming and troubleshooting, also require proprietary system access and specialized training not commonly held by alternate vendors. HCI already maintains this capability, along with full system familiarity, ensuring the repairs can be completed safely, efficiently, and within required regulatory timelines. For these reasons, HCI is the only responsible source capable of performing the needed repairs, and a sole source award is fully justified to protect life‑safety systems, mission readiness, and government resources.

    This notice of intent is not a request for quote/proposal. Any interested party that believes it is capable of meeting the requirement described herein may identify themselves and must provide evidence of their capability to fulfill the requirement being requested by the closing date and time provided in this notice. Responses must be submitted in writing to the 144th Contracting Office at jarrod.sanchez@us.af.mil; justin.scales.1@us.af.milTelephone responses and requests will not be acknowledged.

    Any determination by the Government to not compete this requirement based on responses to this notice is solely within the discretion of the Government. Information received will be considered solely for the purpose of determining whether to conduct a competitive requirement.

    Key dates

    1. March 17, 2026Posted Date
    2. March 20, 2026Proposals / Responses Due

    AI search tags

    Frequently asked questions

    FIRE ALARM AND SUPPRESSION SYSTEM REPAIR is a federal acquisition solicitation issued by DEPT OF DEFENSE. Review the full description, attachments, and submission requirements on SamSearch before the response deadline.

    SamSearch Platform

    Stop searching. Start winning.

    AI-powered intelligence for the right opportunities, the right leads, and the right time.