Z--HOCU Fire & Security Alarm Systems Replacement
ID: 140P6425B0005Type: Sources Sought
Overview

Buyer

INTERIOR, DEPARTMENT OF THENATIONAL PARK SERVICEMWR OHIO(64000)Macedonia, OH, 44067, USA

NAICS

Electrical Contractors and Other Wiring Installation Contractors (238210)

PSC

REPAIR OR ALTERATION OF OFFICE BUILDINGS (Z2AA)
Timeline
  1. 1
    Posted Apr 2, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 2, 2025, 12:00 AM UTC
  3. 3
    Due Apr 9, 2025, 4:00 PM UTC
Description

The Department of the Interior, through the National Park Service, is conducting a market survey to assess vendor interest and capabilities for a forthcoming project to replace fire and security alarm systems at Hopewell Culture National Historical Park in Ross County, OH. The project will require vendors to provide all necessary labor, materials, tools, and equipment for the replacement of existing systems across multiple buildings, with an estimated project cost ranging from $500,000 to $1 million. This initiative is crucial for ensuring the safety and security of the park's facilities, and the anticipated contract is expected to be a firm-fixed price, with solicitation planned for April 2025 and award decisions by June 2025. Interested vendors must be classified as small businesses under NAICS code 238210, with a size standard of $19 million, and should submit their responses to the market survey by April 9, 2025, to Jordan Ellis at jordan_ellis@nps.gov.

Point(s) of Contact
Files
Title
Posted
Apr 2, 2025, 5:06 PM UTC
The National Park Service is conducting a market survey to gauge vendor interest and capability for an upcoming construction project focused on replacing security and fire alarm systems at Hopewell Culture National Historical Park in Ross County, OH. This market survey does not constitute a formal solicitation but aims to inform future procurement strategies. The project scope includes the provision of all necessary labor, materials, and equipment for the replacement of existing fire and intrusion alarm systems across multiple buildings, with project costs estimated between $500,000 and $1 million. The anticipated contract will be a firm-fixed price and is expected to be solicited by April 2025, with award decisions by June 2025. Interested vendors must be classified as small businesses under NAICS code 238210, with an eligibility standard set at $19 million, and must register with the System for Award Management (SAM). Responses to the survey should include vendor information, business size status, and a capability statement, with a submission deadline of April 9, 2025. This survey serves to inform the acquisition strategy and assist in determining a suitable set-aside for small businesses based on vendor responses.
Lifecycle
Title
Type
Sources Sought
Similar Opportunities
Z--INDU Fire and Intrusion Alarms Replacement
Buyer not available
The Department of the Interior, through the National Park Service, is preparing to issue an Invitation for Bid (IFB) for the Fire and Intrusion Alarms Replacement project at Indiana Dunes National Park in Porter, IN. This project involves the removal of existing fire and intrusion systems, installation of new systems, and necessary maintenance work across multiple buildings within the park. The contract, which is set aside exclusively for small businesses, is expected to be awarded by early summer 2025, with a project magnitude between $1 million and $5 million. Interested contractors should prepare to register in the System for Award Management (SAM) and are encouraged to attend a site visit, the details of which will be announced in the solicitation expected to be released in March/April 2025. For further inquiries, contact Colette Riegelmayer at coletteriegelmayer@nps.gov or 330-631-8990.
Z--Stabilize and Repair Blackstone House
Buyer not available
The National Park Service (NPS) is seeking qualified contractors for a market survey regarding the stabilization and repair of the Blackstone House at Hopewell Culture National Historic Park in Ohio. The project involves critical repairs to the Blackstone Main House, Smokehouse, and Milk House, including roof replacements, masonry work, and window and door replacements, aimed at preserving the historical integrity of these structures. This opportunity is significant for contractors specializing in residential remodeling, with an estimated construction cost between $250,000 and $500,000, and work anticipated to commence in late July 2025. Interested firms must submit their qualifications, including small business status and bonding capacities, via email to Jarrod Brown at jarrodbrown@nps.gov by May 1, 2025, referencing the number 140P6425B0012 in the subject line.
Z--FOSC CHIMNEY RE-POINTING ON 9 STRUCTURES
Buyer not available
The National Park Service (NPS) is conducting a market survey to assess vendor interest and capability for a masonry project involving the re-pointing of brick chimneys and other masonry work on multiple buildings at the Fort Scott National Historic Site in Bourbon County, Kansas. The project requires vendors to provide all necessary labor, materials, tools, and equipment, with an estimated contract value between $100,000 and $250,000. This market survey is a preliminary inquiry and does not constitute a formal solicitation; interested vendors must respond separately to future announcements on SAM.gov. Responses to the market survey are due by 12:00 PM ET on April 29, 2025, and should be directed to Colette Riegelmayer at coletteriegelmayer@nps.gov, including the reference number 140P6425B0011 in the subject line.
N--FIRE AND SECURITY SYSTEM AT TIMU
Buyer not available
The Department of the Interior, through the National Park Service, is soliciting proposals for the removal and replacement of fire and security systems at the Timucuan Ecological and Historical Preserve in Jacksonville, Florida. This project aims to install a modern, networked fire alarm and security system across several historical buildings, necessitating careful preservation measures due to the site's significance. The contract, set aside for Service-Disabled Veteran-Owned Small Businesses, has an estimated budget between $500,000 and $1,000,000, with proposals due by May 2, 2025, at 1:00 p.m. ET. Interested contractors should contact William Vazquez at WilliamVazquez@nps.gov or 470-819-0934 for further details.
Resurface Trail
Buyer not available
The National Park Service, under the Department of the Interior, is seeking qualified contractors for a project to resurface the Adena Trail at the Hopewell Culture National Historical Park in Chillicothe, Ohio. The work involves repairing approximately 2,100 linear feet of cracks, patching asphalt surfaces, and applying a seal coat over about 48,500 square feet of pavement to restore the trail to a like-new condition. This project is crucial for maintaining the accessibility and safety of historical sites for visitors while preserving the integrity of the park's natural and historical features. The estimated project magnitude is between $25,000 and $100,000, and it is set aside exclusively for small businesses, with a firm-fixed price contract expected to be awarded by June 2025. Interested parties should contact Ryan Begany at ryanbegany@nps.gov or 330-468-2500 for further details, and must ensure they are registered in the System for Award Management (SAM) prior to the solicitation's release in April 2025.
N--Integrated Video and Security Management System
Buyer not available
The National Park Service (NPS) is preparing to issue a Request for Proposal (RFP) for an Integrated Video and Security Management System at the San Juan National Historic Site in Puerto Rico. The project aims to replace outdated video surveillance equipment with advanced systems for video surveillance, intrusion detection, access control, and emergency communications to enhance security across various park facilities. This procurement is significant as it addresses existing vulnerabilities and aims to provide unified oversight and rapid response to incidents, integrating with the existing NPS dispatch service. The estimated contract value is between $500,000 and $1,000,000, and the solicitation is expected to be published around June 1, 2025. Interested vendors must have an active registration with SAM.gov and meet specific eligibility criteria, with proposals due approximately 30 days after the solicitation release. For further inquiries, interested parties can contact Noelli Medina at NoelliMedina@nps.gov or by phone at 470-819-0940.
National Park Service Museum Object Survey
Buyer not available
The National Park Service, under the Department of the Interior, is soliciting proposals for a Museum Object Survey across multiple parks, specifically targeting the William Howard Taft National Historic Site and the George Rogers Clark National Historical Park. The primary objective of this procurement is to conduct a comprehensive Collection Condition Survey (CCS) to assess the condition of museum objects, which will inform conservation strategies and prioritize preservation efforts for historical collections. This survey is crucial for ensuring the long-term preservation of artifacts and enhancing future exhibit planning, with a completion deadline set for November 15, 2025. Interested small business contractors must submit their quotations, including a signed SF18 form and supporting documents, by the specified deadline, and can direct inquiries to Joseph Bac at josephbac@nps.gov or call 402-800-8733 for further information.
Z--STGE Mold Remediation
Buyer not available
The National Park Service is conducting a market survey to assess vendor interest and capability for a potential mold remediation project at the Wilhauk House in Ste. Genevieve National Historical Park, Missouri. The project involves the remediation of approximately 500 square feet of mold-contaminated space, with an estimated cost between $25,000 and $100,000. This initiative is crucial for maintaining historical properties while providing opportunities for small businesses to participate in federal contracts. Interested vendors must submit their responses, including a capability statement and business size status, by May 2, 2025, to Colette Riegelmayer at coletteriegelmayer@nps.gov, with the reference number 140P6425Q0050 included in the subject line.
Fire Suppression System Repairs, Congaree
Buyer not available
The Department of the Interior, through the National Park Service, is soliciting proposals for fire suppression system repairs at Congaree National Park in South Carolina. The project involves repairing and replacing the fire pump and diesel engine to comply with national and local codes, and it is set aside for Indian Small Business Economic Enterprises (ISBEE). This procurement is crucial for maintaining safety standards within the park, ensuring effective fire protection measures are in place. Interested contractors should note that the estimated project value ranges from $100,000 to $250,000, with a performance period from June 2, 2025, to December 1, 2025. For inquiries, potential bidders can contact Yanick Bard at YanickBard@nps.gov or by phone at 404-507-5743.
S--CO ROCKY MTN ARSNL NWR BPA for monitoring, inspect
Buyer not available
The U.S. Department of the Interior, through the U.S. Fish and Wildlife Service, is seeking qualified small businesses to establish a Blanket Purchase Agreement (BPA) for the monitoring, inspection, and service of fire alarm systems at the Rocky Mountain Arsenal National Wildlife Refuge in Colorado. The contractor will be responsible for providing 24/7 monitoring, annual inspections compliant with NFPA 25 standards, and general maintenance of fire alarm systems across various refuge locations, ensuring compliance with safety regulations and effective emergency response protocols. This procurement emphasizes the importance of maintaining safety standards in federally protected wildlife areas, with a total funding amount not to exceed $250,000 over a five-year period from June 2, 2025, to June 1, 2030. Interested vendors should contact Caleb Kindsvater at calebkindsvater@fws.gov or 303-236-4334 for further details and must submit their proposals by the specified deadline to be considered.