HOCU Fire & Security Alarms System Replacement
ID: 140P6425B0005Type: Solicitation
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)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of the Interior, through the National Park Service, is soliciting bids for the replacement of fire and security alarm systems at the Hopewell Culture National Historical Park in Chillicothe, Ohio. The project aims to upgrade outdated systems that have been prone to false alarms and maintenance challenges, requiring the installation of non-proprietary alarm systems that can be supported by local service organizations. This initiative is critical for ensuring the safety and security of the park's facilities while preserving its historical integrity, with an estimated project cost between $500,000 and $1,000,000. Interested small businesses must submit their bids electronically by the specified deadline and acknowledge all amendments to the solicitation, with the primary contact for inquiries being Jordan Ellis at jordan_ellis@nps.gov or by phone at 330-468-2500 x3.

    Point(s) of Contact
    Files
    Title
    Posted
    The document is an addendum, specifically "ADDENDUM #1 - 08/20/25 - RSM," to a government file, likely related to federal government RFPs, federal grants, or state and local RFPs. The surrounding text, although heavily garbled, appears to contain repeated words like "GE" and "E," which could indicate page numbers, sections, or generic file identifiers. The core purpose of this document is to formally issue an addendum, suggesting a modification or additional information to a pre-existing solicitation or grant opportunity, dated August 20, 2025. The inclusion of "FIACP" and "RSM" could refer to specific project codes, departments, or responsible parties involved in the procurement or grant process.
    This addendum pertains to the National Park Service's request for proposals (RFP) for replacing fire and security alarm systems at Hopewell Culture National Historical Park in Chillicothe, Ohio. The document corrects specifications and amendments related to the bidding process, stating that the contract number on the cover page is irrelevant and should be disregarded. Additionally, it clarifies the timeline for project completion, establishing that the work must be finished within 244 to 270 calendar days from the start date indicated in the Notice to Proceed, which accounts for seven weather days. This addendum ensures that bidders are accurately informed regarding the project requirements and timeline, reinforcing the importance of compliance during the bidding of federal contracts related to infrastructure improvements in national parks.
    The document outlines the General Decision Number OH20250053, effective from July 25, 2025, pertaining to wage determinations for building construction projects in Ross County, Ohio, under the Davis-Bacon Act. It specifies minimum wage requirements based on two Executive Orders for contracts awarded or renewed after certain dates: Executive Order 14026 mandates a minimum of $17.75 per hour, while Executive Order 13658 applies a minimum of $13.30 for contracts awarded between January 1, 2015, and January 29, 2022. A detailed wage table presents rates and fringe benefits for various construction-related occupations, including carpenters, electricians, and plumbers. The document emphasizes contractor responsibilities regarding worker protections, including paid sick leave as outlined in Executive Order 13706. The classification identifiers indicate whether the wage rates are union rates, average rates, or established by state law, ensuring compliance and fair pay across different labor categories. Additionally, there is a process for appealing wage determinations, allowing interested parties to contest decisions, thus ensuring equitable treatment under federal contractor regulations. The central aim is to ensure compliance with federal wage laws in public construction projects, thereby guaranteeing fair compensation for workers involved in the construction industry.
    The document details the Hopewell Culture National Historic Park located in Chillicothe, Ohio. It appears to be a visual representation or layout of the park, potentially intended for grant applications or federal/state RFPs related to parks and historical sites management. The park features several areas marked by legends indicating different sections, likely referring to facilities, archaeological sites, and trails within the park. However, the text is heavily obscured with unreadable characters, making specific elements difficult to interpret. While there is no clear narrative due to the compromised formatting, the main purpose seems to involve the management and maintenance of historical resources and cultural heritage site activities. The document underscores the park's significance and could support applications for federal or state funding, aimed at preserving and promoting this historical site. By emphasizing correct documentation of the park's layout, such submissions can facilitate regulatory compliance and aid in accessing necessary financial resources for continued conservation and educational initiatives related to the Hopewell culture.
    The document outlines the details of a federal contract solicitation (#140P6425B0005) designated for general construction, with a Total Small Business set aside. It specifies that the performance period is 270 days following the issuance of the Notice to Proceed. The document indicates a placeholder for the Total Contract Value, along with spaces for reporting amounts paid to both Similarly Situated Subcontractors (SSS) and Non-Similarly Situated Subcontractors (NSS). It includes a section on limitations on subcontracting, although no financial data is currently provided, resulting in a reported $0 for payments. Overall, the file serves to ensure compliance with subcontracting limitations and payment reporting in federal contracting, reinforcing the government's commitment to supporting small businesses while maintaining oversight on contractual obligations.
    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.
    The Hopewell Culture National Historical Park is initiating the Replace Fire and Security Alarms Project aimed at upgrading its fire and security alarm systems. This project involves the procurement and installation of advanced alarm control units, specifically the 4208SN and 4208U Remote Point Modules, which serve as expander devices for enhanced zone monitoring and fault detection in security systems. The document details the specifications, features, and electrical requirements of these modules, emphasizing their ability to support multiple zones, provide fast response times, and incorporate tamper protection. Additionally, the alarm systems are designed to meet various agency listings, reinforcing their compliance with safety standards essential for safeguarding the historical park. The upgrade project underscores the commitment to ensuring the safety and security of the park while maintaining its historical integrity. The outlined specifications and requirements will guide the procurement process, affirming adherence to critical safety and operational standards necessary for federal and state grant compliance.
    The Hopewell Culture National Historical Park in Chillicothe, Ohio, is set to replace its outdated fire and security alarm systems. The project involves removing the existing systems, installed around 2013, due to frequent false alarms and difficult maintenance, and replacing them with non-proprietary systems that local servicing organizations can support. The contract covers demolition, installation, and minor repairs to affected areas across several buildings within the park. Work is expected to be completed within 244 days, adhering to a detailed schedule and maintaining security during system impairment. Safety, environmental protection, and noise management are critical aspects of the project, requiring strict compliance with federal standards and NPS guidelines. Additionally, the installation of a new fire and intrusion alarm system must meet multiple codes, ensuring proper functionality and reliability across the park. The completion of all work will lead to a final inspection and acceptance process to guarantee adherence to the contract specifications and quality requirements.
    This document addresses key questions and answers related to Solicitation 140P6425B0005, Amendment #1, for the Fire & Security Alarm Systems Replacement at Hopewell Culture National Historical Park. The project requires a combination of wired and wireless systems, utilizing existing infrastructure where functional, with a preference for wireless intrusion alarm devices and future wireless capability. Alarm communication will primarily use TC/IP to the Cuyahoga Valley National Park Service Monitoring Center, with each Fire and Intrusion Alarm Control Unit (FIACU) having an integral IP dialer. The government mandates combination fire and intrusion systems, which are fully addressable with addressable initiation devices. Each building's system will be standalone, with no underground networking permitted between buildings. The contractor must provide shop drawings, with CAD files supplied by the government. Billing for uninstalled, stored materials is subject to NPS review and approval, with the contractor retaining liability. All panels are to be located in conditioned spaces. The Fire Alarm installer must be NICET Level II or higher, with a NICET Level III not required on-site at all times. Specific acceptable manufacturers are listed, requiring products to be available through general distribution and manufacturers to have a local, SAM.gov-registered service organization.
    This document, Amendment of Solicitation/Modification of Contract 140P6425B0005, issued by NPS, MWR - Ohio MABO, serves to amend a solicitation. The primary purpose of this amendment is to provide answers to contractor questions. It outlines the methods by which offerors must acknowledge receipt of the amendment, including completing and returning copies, acknowledging on submitted offers, or via separate communication referencing the solicitation and amendment numbers. Failure to acknowledge receipt prior to the specified hour and date may result in the rejection of an offer. The document also specifies that changes to an already submitted offer can be made through letter or electronic communication, provided it references the solicitation and amendment, and is received before the opening hour and date. The effective date of this amendment is 07/28/2025, with an issue date of 08/20/2025 for the solicitation. All other terms and conditions of the original document remain unchanged.
    Amendment 0002 to solicitation 140P6425B0005, issued by NPS, MWR - Ohio MABO, revises the original solicitation. The purpose of this amendment is to provide an updated Questions & Answers attachment and Addendum #1, which includes revised drawings FD7, in response to question #8 of the updated Q&A. This document outlines the procedures for acknowledging receipt of the amendment, such as by completing and returning copies of the amendment, acknowledging receipt on the offer, or sending a separate communication. Failure to acknowledge receipt by the specified date and time may lead to the rejection of the offer. The amendment was issued on July 28, 2025, with an effective date of August 20, 2025, and maintains all other terms and conditions of the original solicitation. This amendment is crucial for bidders to ensure their offers incorporate the latest information and comply with submission requirements.
    The document outlines a Request for Proposal (RFP) by the National Park Service for the replacement of fire and intrusion alarm systems at several buildings within the Hopewell Culture National Historical Park. It details necessary labor, materials, and equipment, with an estimated project cost between $500,000 and $1,000,000. The contract is set as a firm-fixed price and is designated as a Total Small Business Set-Aside under NAICS code 238210. The period of performance is 270 days from the Notice to Proceed, and construction wage rate requirements for Ross County, Ohio will apply. Specific requirements for bidding are highlighted, including a bid guarantee, a mandatory organized site visit, and submission procedures for sealed bids electronically via Microsoft Teams. The structure of the document includes a solicitation form, bid schedule, specifications, project timeline, contract administration guidelines, and clauses that will govern the contract, emphasizing the importance of compliance with federal regulations. Overall, this RFP serves to solicit bids for essential safety upgrades while ensuring fair competition among small businesses.
    This document, Amendment #1 to Solicitation 140P6425B0005, addresses questions and answers regarding the Fire & Security Alarm Systems Replacement at Hopewell Culture National Historical Park. Key requirements include the use of existing wired infrastructure where functional, with a preference for wireless-capable systems for future needs and wireless intrusion alarm devices. The project mandates combination fire and intrusion alarm systems, which must be fully addressable with integral IP dialers for communication to the Cuyahoga Valley National Park Service Monitoring Center via TC/IP. Contractors are required to submit shop drawings, and the government will provide CAD files. The scope of work no longer includes rooftop antenna removal. On-site material storage is permitted with NPS approval, and each building's system will be standalone with no underground trenching allowed. Acceptable manufacturers are limited to those with products available through general distribution and a local, SAM.gov-registered service organization. A NICET Level II or higher certified installer is required, but not continuously on-site.
    Similar Opportunities
    C1DA--AE Upgrade Fire Alarm Systems 538-26-200 - VAMC CHILLICOTHE
    Buyer not available
    The Department of Veterans Affairs is seeking qualified architect-engineer firms to provide design services for the AE Upgrade Fire Alarm Systems project at the Chillicothe VA Medical Center in Ohio. The project aims to modernize the existing Simplex Fire Alarm system across 37 buildings, ensuring compliance with NFPA standards and enhancing safety through upgraded panels, network cards, and system graphics. This procurement is a Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside, with an estimated construction cost between $500,000 and $1,000,000, and submissions are due by December 9, 2025, at 10:00 AM Eastern Time. Interested firms must contact Contract Specialist Matthew Curtis at matthew.curtis1@va.gov or by phone at 937-268-6511 x4639 for further details.
    PEVI AV System
    Buyer not available
    The National Park Service is seeking proposals from qualified small businesses for the installation of an audio/visual (AV) system at Perry’s Victory and International Peace Memorial (PEVI) in Ottawa County, Ohio. The project aims to modernize the visitor center auditorium's AV capabilities to enhance visitor experience and improve operational efficiency, including the integration of new presentation features and accessibility enhancements. This firm-fixed price contract is expected to be awarded around December 2025, with a performance period of 180 days, and proposals are due by December 19, 2025, at 12:00 PM ET. Interested parties should submit their proposals via email to Jordan Ellis at jordanellis@nps.gov, including a capability statement, technical plan, project schedule, itemized pricing, and acknowledgment of any solicitation amendments.
    Z--FODO 253278 - Fort Donelson VC Rehabilitation
    Buyer not available
    The Department of the Interior, through the National Park Service, is soliciting proposals for the rehabilitation of the Visitor Center at Fort Donelson National Battlefield in Dover, Tennessee. The project encompasses a comprehensive renovation, including the addition of a three-story glass and steel structure with an elevator, restoration of historical details, and upgrades to infrastructure systems, all while ensuring compliance with various safety and accessibility standards. This significant undertaking, with an estimated construction value between $1,000,000 and $5,000,000, is crucial for enhancing visitor facilities and preserving the site's historical integrity. Interested contractors must submit their proposals by December 17, 2025, and can direct inquiries to John Babcock at johnbabcock@nps.gov or by phone at 303-969-2626.
    Y--Beach Access Upgrades
    Buyer not available
    The Department of the Interior, through the National Park Service, is seeking bids for the Beach Access Upgrades project at Apostle Islands National Lakeshore in Bayfield, WI. The project involves the removal and demolition of existing structures and vegetation, followed by the construction of a staircase, pathway, concrete paving adjacent to the parking lot, retaining walls, and vegetative surface restoration. This initiative is crucial for enhancing visitor access and safety at the park. The contract, valued between $500,000 and $750,000, is set aside for total small businesses, with an anticipated award date in March/April 2026 and work expected to commence shortly thereafter. Interested contractors should contact Craig D. Bryant at craigbryant@nps.gov or 440-717-3706 for further details.
    Z--NCR PRWI: C5 BATHHOUSE & VISITOR ACCESS
    Buyer not available
    The Department of the Interior, through the National Park Service, is issuing a presolicitation announcement for the rehabilitation of two bathhouses at Cabin Camp 5 in Prince William Forest Park, Triangle, VA. The project, estimated to cost between $1,000,000 and $5,000,000, aims to reconfigure the bathhouses for compliance with the Architectural Barriers Act Accessibility Standards (ABAAS), replace fixtures, and upgrade plumbing, masonry, and electrical systems, while also constructing accessible pedestrian paths. This procurement is set aside for small businesses under NAICS code 236220, with a contract duration of 200 days, and the solicitation is expected to be released electronically on SAM.gov on or after December 8, 2025, with responses due approximately 30 days later. Interested vendors must be registered and active in SAM, and inquiries should be directed to Tim Wind at timwind@nps.gov.
    Gallup Indian Medical Center (GIMC) Fire Alarm Upgrade – Construction (Gallup, NM)
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service (IHS), is soliciting proposals for the Gallup Indian Medical Center (GIMC) Fire Alarm Upgrade project located in Gallup, New Mexico. This construction project aims to redesign and install a new fire alarm system across multiple buildings within the medical center, ensuring compliance with NFPA codes and replacing an outdated system. The contract, valued between $1,000,000 and $5,000,000, is set aside exclusively for Indian Small Business Economic Enterprises (ISBEE) and has a performance period of 180 calendar days from the notice to proceed. Interested contractors must register in the System for Award Management (SAM) and can direct inquiries to Joshua VanSkike at joshua.vanskike@ihs.gov or by phone at 240-485-7526. Proposals must adhere to the guidelines outlined in the solicitation documents, with all relevant information available for download at the SAM website.
    Z--PIPE - REHAB VISITOR CENTER RESTROOMS
    Buyer not available
    The Department of the Interior, specifically the National Park Service, is soliciting bids for the rehabilitation of visitor center restrooms at Pipestone National Monument in Minnesota. The project aims to renovate existing facilities to ensure compliance with the Architectural Barriers Act, converting them into two single-user restrooms while maintaining public access during construction. This contract, set aside for small businesses, has an estimated value between $100,000 and $250,000, with a completion timeline of 120 calendar days from the notice to proceed. Interested contractors must acknowledge receipt of the solicitation amendment, submit their bids by the specified deadline, and direct any inquiries to Joseph Kirk at josephkirk@nps.gov or by phone at 605-574-0510.
    Z--Replace Roof Visitor Center & Administration Bldg
    Buyer not available
    The Department of the Interior, through the National Park Service, is preparing to issue a presolicitation for the replacement of the roof at the Visitor Center and Administration Building of Fort Larned National Historic Site in Larned, Kansas. The project involves the removal of approximately 10,538 square feet of cedar shingles, inspection and replacement of skip sheeting, installation of fire retardant shingles, and necessary adjustments to the lightning protection system, among other tasks. This contract, set aside for small businesses, has an estimated value between $100,000 and $250,000, with a firm fixed price expected to be awarded in late winter 2025 or spring 2026. Interested contractors should contact James Bissaillon at jamesbissaillon@nps.gov or (402) 800-8292 for further details, and must ensure registration in the System for Award Management (SAM) prior to the solicitation close date.
    Y--VICK 209252 Stabilize Mint Spring Bayou & VICK 310725/324137 Stabilize Terraces
    Buyer not available
    The Department of the Interior's National Park Service is seeking market information from businesses regarding two stabilization projects at Vicksburg National Military Park in Mississippi. The projects aim to stabilize Mint Spring Bayou and the Terraces and Graves, addressing significant erosion that has impacted veteran gravesites and cultural resources within the park. Given the cultural significance of the site, the anticipated construction projects are expected to exceed $15 million and will require compliance with archaeological preservation measures. Interested businesses must submit their qualifications, including company information and bonding capacity, by April 2, 2025, in response to the Sources Sought Notice, as a Request for Proposal (RFP) is anticipated to be issued in 2025. For further inquiries, interested parties can contact Carlos Garcia at carlosgarcia@nps.gov or by phone at 720-900-6595.
    Upgrade Fire Detection System at FCI Phoenix
    Buyer not available
    The Department of Justice, through the Federal Bureau of Prisons, is soliciting bids for the upgrade of the fire detection system at the Federal Correctional Institution (FCI) in Phoenix, Arizona. The project entails the installation of a new addressable fire alarm system across all buildings, including the integration of various safety features such as manual pull stations, automatic detectors, and connections to existing mechanical and fire suppression systems. This upgrade is crucial for enhancing safety protocols within the facility, ensuring compliance with federal regulations, and safeguarding personnel and inmates. Interested contractors must be registered as small businesses in SAM.gov under NAICS code 238210, with bids due by December 16, 2025, at 11:00 A.M. MST. For further inquiries, contact Alex Jackson at a4jackson@bop.gov or 202-578-9940.