Active Solicitation · DEPT OF DEFENSE

    FIRE PROTECTION SERVICES

    Sol. PANMCC26P0000043731Sources SoughtSet-aside: Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)FORT HOOD, TX
    Open · 14d remaining
    DAYS TO CLOSE
    14
    closes May 27, 2026
    POSTED
    May 12, 2026
    Publication date
    NAICS CODE
    561621
    Primary industry classification
    PSC CODE
    J063
    Product & service classification

    AI Summary

    The Department of Defense is seeking sources for fire protection services at Fort Hood, TX. This sources sought notice aims to identify interested parties capable of fulfilling the requirement. Responses may lead to a competitive procurement, potentially set aside for small businesses. Interested firms should submit their capabilities by the specified deadline.

    Contract details

    Solicitation No.
    PANMCC26P0000043731
    Notice Type
    Sources Sought
    Set-Aside
    Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
    Posted Date
    May 12, 2026
    Response Deadline
    May 27, 2026
    NAICS Code
    561621AI guide
    PSC / Class Code
    J063
    Primary Contact
    SSG Shemar Mason
    State
    TX
    ZIP Code
    76544-5025
    AI Product/Service
    service

    Description

    SOURCES SOUGHT NOTICE

    THIS IS A Sources Sought Notice ONLY. The Government is issuing a sources sought notice as a means of conducting market research to identify parties having an interest in and the resources to support the requirement for Fire Protection Services at Fort Hood, TX. The intention is to procure these services on a competitive basis. Based on the responses to the sources sought notice, this requirement may be set-aside for small businesses, including the socioeconomic categories, (in full or in part) or procured through full and open competition.

    We encourage all small businesses, in all socioeconomic categories (including, 8(a) Business Development Program, Small Disadvantage Business, Historically Underutilized Business Zone, Service-Disabled Veteran-Owned Small Business, Women-Owned Small Business concerns), to identify their capabilities in meeting the requirement at a fair market price to help support a set aside.

    This notice is issued solely for information and planning purposes – it does not constitute a Request for Quote (RFQ)/Invitation for Bid (IFB)/Request for Proposal (RFP) or a promise to issue an RFQ, IFB or RFP in the future. This notice does not commit the U.S. Government to contract for any supply or service. Further, the U.S. Government is not seeking quotes, bids or proposals at this time and will not accept unsolicited proposals in response to this sources sought notice. The U.S. Government will not pay for any information or administrative costs incurred in response to this notice. Submittals will not be returned to the responder. Not responding to this notice does not preclude participation in any future RFQ or IFB or RFP, if any is issued.  If a solicitation is released, it will be synopsized on SAM.gov. It is the responsibility of potential offerors to monitor SAM.gov for additional information pertaining to this requirement. The anticipated NAICS code is: 561621, Security Systems Services (except Locksmiths) with a size standard of $25 million.

    The work performed in the Performance Work Statement (PWS) includes:

    1. Conduct annual inspections, testing, and repairs. This includes services such as fire alarm monitoring;
    2. Conduct annual inspections, testing, and repairs. This encompasses various specialized systems, including kitchen hood suppression services and fire pump testing;
    3. Conduct annual inspections, testing, and repairs. This encompasses various specialized systems, including kitchen hood suppression services and fire pump testing;
    4. All services must be performed in strict compliance with the requirements defined in the United Facilities Criteria (UFC) and all applicable National Fire Protection Association (NFPA) standards.

    Further details are provided in the DRAFT Performance Work Statement (PWS) attached to this announcement (Attachment 1)

    In response to the sources sought, please provide:

    1. Name of the firm, point of contact, phone number, email address, Unique Entity Identifier (UEI) number, Commercial and Government Entity Code (CAGE) code, a statement regarding small business status (including small business type(s)/certifications(s) such as SDB, 8(a), HUBZone, SDVOSB, WOSB, etc.) and the corresponding NAICS code.

    2. Identify whether your firm is interested in competing for this requirement as a prime contractor or not.  Identify subcontracting, joint ventures or teaming arrangement that will be pursued, if any.

    3. Provide relevant information in sufficient detail regarding previous experience (indicate whether as a prime contractor or subcontractor) on similar requirements (include size, scope, complexity, timeframe, government or commercial), pertinent certifications, etc., that will facilitate making a capability determination. Examples of what to include in response include at a minimum:

    1. Is your company currently active in SAM.gov?

    1. Can, or has, your company managed a task of this nature? If so, please provide details.

    1. Can, or has, your company managed a task of this scale? If so, please provide details on your ability to perform this service on Fort Hood.

    1. Can, or has, your company managed a team of subcontractors before? If so, please provide details.

    4. Identify any condition or action that may be having the effect of unnecessarily restricting competition with respect to this acquisition and identify alternatives or solutions. Also contact the MICC Advocate for Competition, Scott Kukes, at scott.d.kukes.civ@army.mil or 210-466-3015, if you believe this action, is unreasonably restricting competition. Include the subject of the acquisition, this announcement, and the MICC POC information from the Sources Sought Notice. Provide the specific aspects that unreasonably restrict competition and the rationale for such conclusion.

    5. Recommendations to improve the approach/specifications/draft PWS/PRS to acquiring the identified items/services.

    All data received in response to this Sources Sought that is marked or designated as corporate or proprietary will be fully protected from any release outside the Government.

    Interested parties are requested to submit a capabilities statement on company letterhead (not to exceed 10 pages in length) via email to Contract Specialist: Shemar Mason, shemar.a.mason.mil@army.mil. Responses must be received no later than the date and time of the published announcement in SAM.gov. All responses shall reference the sources sought announcement number. Receipt of submissions will not be acknowledged, and no feedback will be provided to companies regarding submissions.

    Key dates

    1. May 12, 2026Posted Date
    2. May 27, 2026Proposals / Responses Due

    AI search tags

    Frequently asked questions

    FIRE PROTECTION SERVICES 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.