Fire Extinguisher, AED Machine and First Aid Kit Service Contract
Department of Homeland Security — Transportation Security Administration
Description
NOTICE: — This announcement is a Request for Information (RFI) intended to obtain information from interested parties. It is not a Request for Proposals (RFP), a Request for Quote (RFQ) or an indication that the Government will procure any of the items and/or services discussed in this notice. Any future formal solicitation that may subsequently be issued will be announced separately. Information regarding the specific areas of interest are provided in the following sections of this announcement. Neither TSA nor any other part of the Federal Government are responsible for any cost incurred by responders in response to this RFI. — This RFI does not commit the Federal Government to any course of action in the future. Information submitted in response to this RFI will be safeguarded from disclosure to other parties. By responding to this RFI, each respondent acknowledges that all costs incurred in preparing and submitting a response or supporting activities associated with this RFI shall be the sole responsibility of the respondent. The Government shall incur no obligations or liabilities whatsoever, to anyone, for costs or expenses incurred by the respondent in connection with this RFI. — I. INTRODUCTION — The Transportation Security Administration (TSA) Canine Training Center (CTC) is seeking information from industry to help enhance the business requirements and to identify capable sources and develop an acquisition strategy for comprehensive preventive maintenance, inspection, replacement, and mounting services for ABC-type fire extinguishers, automated external defibrillators (AEDs), and first aid kits. These services are essential to ensure compliance with safety standards, maintain operational readiness, and provide a safe environment for all personnel and visitors. The contractor shall provide all licensed personnel, certified fire extinguisher technicians, management, materials, mounting hardware, storage, and equipment necessary to perform these services efficiently at the designated locations. — II. SCOPE OF WORK — Please see Attachment I – Draft Statement of Work (SOW) — The TSA CTC conducts training classes that require a safe and compliant environment. To meet this requirement, the contractor will provide monthly inspections, periodic maintenance, proper mounting, and replacement services for ABC-type fire extinguishers, AEDs, and first aid kits. These services will ensure that all safety equipment is fully operational and meets applicable regulatory standards, including those mandated by the National Fire Protection Association (NFPA), Occupational Safety and Health Administration (OSHA), and the Food and Drug Administration (FDA). — The contractor shall provide: — Service for sixty (60) ABC-type fire extinguishers distributed across all TSA CTC facilities, including: — Twelve (12) ABC-type fire extinguishers installed in CETA trucks (government vehicles) — Six (6) ABC-type fire extinguishers located in the bunker area — Forty-two (42) ABC-type fire extinguishers located in other buildings and Conex units — AEDs: 16 units — First Aid Kits: 16 units — Initial Inspection, Repair, and Replacement: — Within thirty (30) days of contract award, the contractor shall inspect all ABC-type fire extinguishers, AEDs, and first aid kits at every designated facility, CETA truck, and bunker area. Any equipment found to be outdated, expired, damaged, inoperable, or otherwise unserviceable shall be repaired or replaced with new, fully compliant equipment. All equipment must be properly mounted and operational at the end of this 30-day period. The contractor shall document all repairs and replacements, including serial number (and VIN for CETA trucks), date of action, and reason for repair or replacement, in the initial monthly report to the Contracting Officer’s Representative (COR). — Ongoing Replacement: — Any ABC-type fire extinguisher, AED, or first aid kit identified as outdated, expired, damaged, or otherwise unserviceable durring routine inspections or maintenance shall be repaired or replaced and properly mounted within five (5) business days of identification, unless otherwise approved by the COR. — Emergency Replacement: — If a fire extinguisher, AED, or first aid kit is removed for off-site servicing or replacement, a compliant loaner unit shall be provided and properly mounted within twenty-four (24) hours to ensure continuity of safety measures. — Documentation: — The contractor shall document, in writing, the date and time of all mounting, repair, and replacement actions in the monthly report and provide immediate notification to the COR for any emergency replacements. — III. RESPONSES TO RFI — Please see Attachment II-RFI Questions, Microsoft Forms link — Statement of Work (SOW) Questions: — The TSA has developed a draft SOW for this requirement, which is included with this notification. Using the draft SOW, please provide your comments, questions, and feedback in accordance with the following guidance: — All comments, questions, and feedback regarding the draft SOW (Attachment I) shall be submitted in a table format, as shown in Attachment III (Comments/Questions/Feedback Table) — *The information will be used to enhance the business requirements. The Government may decide to respond to the questions received regarding Attachment I – Draft SOW but is not obligated to do so. * — IV. RESPONSE INSTRUCTIONS — All interested and qualified parties are encouraged to respond to this notice in accordance with the instructions addressed herein. — The information requested in support of this RFI must be submitted in the Microsoft Form link attached. — Questions: All questions regarding this RFI must be submitted via electronic mail to Melany Pollock (Melany.pollock@tsa.dhs.gov) and Tina Washington (tina.washington1@tsa.dhs.gov) no later than May 18, 2026. — RFI Closing Date: All responses to this RFI must be submitted via electronic mail to Melany Pollock (Melany.pollock@tsa.dhs.gov) and Tina Washington (tina.washington1@tsa.dhs.gov) no later than May 26, 2026. — Responses received after the closing date and time may not be considered or reviewed by the TSA. — V. DISCLAIMER — The primary purpose of this RFI is to enable TSA to revise and refine its requirements and align with industry best practices. Information provided by respondents will be reviewed to assist the government in determining potential procurement strategies for these services. TSA does not intend to respond to all submissions and is under no obligation to provide feedback or clarification; however, it reserves the right to schedule follow-up meetings with vendors to discuss information and ideas submitted. Please provide the requested information in the specified format. Responses should not include vendor marketing materials, though limited supplementary materials may be submitted as attachments, links, or public documents. Marketing materials will be reviewed solely at the government’s discretion. — This RFI does not constitute a solicitation and there is no solicitation document presently available. The Government will not return or pay for any information provided in response to this announcement; no basis for a claim against the Government shall arise as a result from a response to this notice or Government use of any information provided. Responders are solely responsible for all expenses associated with responding to this announcement.
NOTICE: — This announcement is a Request for Information (RFI) intended to obtain information from interested parties. It is not a Request for Proposals (RFP), a Request for Quote (RFQ) or an indication that the Government will procure any of the items and/or services discussed in this notice. Any future formal solicitation that may subsequently be issued will be announced separately. Information regarding the specific areas of interest are provided in the following sections of this announcement. Neither TSA nor any other part of the Federal Government are responsible for any cost incurred by responders in response to this RFI. — This RFI does not commit the Federal Government to any course of action in the future. Information submitted in response to this RFI will be safeguarded from disclosure to other parties. By responding to this RFI, each respondent acknowledges that all costs incurred in preparing and submitting a response or supporting activities associated with this RFI shall be the sole responsibility of the respondent. The Government shall incur no obligations or liabilities whatsoever, to anyone, for costs or expenses incurred by the respondent in connection with this RFI. — I. INTRODUCTION — The Transportation Security Administration (TSA) Canine Training Center (CTC) is seeking information from industry to help enhance the business requirements and to identify capable sources and develop an acquisition strategy for comprehensive preventive maintenance, inspection, replacement, and mounting services for ABC-type fire extinguishers, automated external defibrillators (AEDs), and first aid kits. These services are essential to ensure compliance with safety standards, maintain operational readiness, and provide a safe environment for all personnel and visitors. The contractor shall provide all licensed personnel, certified fire extinguisher technicians, management, materials, mounting hardware, storage, and equipment necessary to perform these services efficiently at the designated locations. — II. SCOPE OF WORK — Please see Attachment I – Draft Statement of Work (SOW) — The TSA CTC conducts training classes that require a safe and compliant environment. To meet this requirement, the contractor will provide monthly inspections, periodic maintenance, proper mounting, and replacement services for ABC-type fire extinguishers, AEDs, and first aid kits. These services will ensure that all safety equipment is fully operational and meets applicable regulatory standards, including those mandated by the National Fire Protection Association (NFPA), Occupational Safety and Health Administration (OSHA), and the Food and Drug Administration (FDA). — The contractor shall provide: — Service for sixty (60) ABC-type fire extinguishers distributed across all TSA CTC facilities, including: — Twelve (12) ABC-type fire extinguishers installed in CETA trucks (government vehicles) — Six (6) ABC-type fire extinguishers located in the bunker area — Forty-two (42) ABC-type fire extinguishers located in other buildings and Conex units — AEDs: 16 units — First Aid Kits: 16 units — Initial Inspection, Repair, and Replacement: — Within thirty (30) days of contract award, the contractor shall inspect all ABC-type fire extinguishers, AEDs, and first aid kits at every designated facility, CETA truck, and bunker area. Any equipment found to be outdated, expired, damaged, inoperable, or otherwise unserviceable shall be repaired or replaced with new, fully compliant equipment. All equipment must be properly mounted and operational at the end of this 30-day period. The contractor shall document all repairs and replacements, including serial number (and VIN for CETA trucks), date of action, and reason for repair or replacement, in the initial monthly report to the Contracting Officer’s Representative (COR). — Ongoing Replacement: — Any ABC-type fire extinguisher, AED, or first aid kit identified as outdated, expired, damaged, or otherwise unserviceable durring routine inspections or maintenance shall be repaired or replaced and properly mounted within five (5) business days of identification, unless otherwise approved by the COR. — Emergency Replacement: — If a fire extinguisher, AED, or first aid kit is removed for off-site servicing or replacement, a compliant loaner unit shall be provided and properly mounted within twenty-four (24) hours to ensure continuity of safety measures. — Documentation: — The contractor shall document, in writing, the date and time of all mounting, repair, and replacement actions in the monthly report and provide immediate notification to the COR for any emergency replacements. — III. RESPONSES TO RFI — Please see Attachment II-RFI Questions, Microsoft Forms link — Statement of Work (SOW) Questions: — The TSA has developed a draft SOW for this requirement, which is included with this notification. Using the draft SOW, please provide your comments, questions, and feedback in accordance with the following guidance: — All comments, questions, and feedback regarding the draft SOW (Attachment I) shall be submitted in a table format, as shown in Attachment III (Comments/Questions/Feedback Table) — *The information will be used to enhance the business requirements. The Government may decide to respond to the questions received regarding Attachment I – Draft SOW but is not obligated to do so. * — IV. RESPONSE INSTRUCTIONS — All interested and qualified parties are encouraged to respond to this notice in accordance with the instructions addressed herein. — The information requested in support of this RFI must be submitted in the Microsoft Form link attached. — Questions: All questions regarding this RFI must be submitted via electronic mail to Melany Pollock (Melany.pollock@tsa.dhs.gov) and Tina Washington (tina.washington1@tsa.dhs.gov) no later than May 18, 2026. — RFI Closing Date: All responses to this RFI must be submitted via electronic mail to Melany Pollock (Melany.pollock@tsa.dhs.gov) and Tina Washington (tina.washington1@tsa.dhs.gov) no later than May 26, 2026. — Responses received after the closing date and time may not be considered or reviewed by the TSA. — V. DISCLAIMER — The primary purpose of this RFI is to enable TSA to revise and refine its requirements and align with industry best practices. Information provided by respondents will be reviewed to assist the government in determining potential procurement strategies for these services. TSA does not intend to respond to all submissions and is under no obligation to provide feedback or clarification; however, it reserves the right to schedule follow-up meetings with vendors to discuss information and ideas submitted. Please provide the requested information in the specified format. Responses should not include vendor marketing materials, though limited supplementary materials may be submitted as attachments, links, or public documents. Marketing materials will be reviewed solely at the government’s discretion. — This RFI does not constitute a solicitation and there is no solicitation document presently available. The Government will not return or pay for any information provided in response to this announcement; no basis for a claim against the Government shall arise as a result from a response to this notice or Government use of any information provided. Responders are solely responsible for all expenses associated with responding to this announcement.
Create a free account to read the full description
Sign up to access complete RFP details, AI match scores, and more.
Create Free AccountInterested in this opportunity?
Create a free account to view the full description, get AI match scores, and save this RFP to your pipeline.
View Full Details See pricing plansSource
SAM.gov