J--Fire Protection System Repair - 12 Parks AK
ID: 140P9725Q0017Type: Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THENATIONAL PARK SERVICEALASKA REGIONAL OFFICE(97000)ANCHORAGE, AK, 99501, USA

NAICS

Plumbing, Heating, and Air-Conditioning Contractors (238220)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- FIRE CONTROL EQUIPMENT (J012)

Set Aside

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

    The Department of the Interior, through the National Park Service's Alaska Regional Office, is seeking qualified contractors for the repair of fire protection systems across 12 national parks in Alaska. The project aims to ensure that fire protection systems are fully operational and compliant with safety standards, requiring contractors to provide all necessary labor, materials, and management for the repairs. This initiative is critical for maintaining safety infrastructure within national parks, emphasizing adherence to federal and local codes. Interested small businesses must submit their quotations by September 16, 2025, with a contract value estimated between $100,000 and $250,000. For further inquiries, contact Ronald Bunch at ronald_bunch@nps.gov or call 907-201-7719.

    Point(s) of Contact
    Files
    Title
    Posted
    The document details the wage determinations associated with the Davis-Bacon Act for construction projects in Alaska, specifically identified as Wage Determination WD # AK20250001. It outlines the applicable minimum wage rates mandated for workers on federal contracts, as influenced by Executive Orders 14026 and 13658. The wage rates vary by worker classification and include compensation details for various construction roles such as laborers, electricians, and welders, alongside their respective fringe benefits. The document serves as a comprehensive reference for contractors to ensure compliance with federal labor standards and prevailing wage laws, particularly for construction types categorized as building and heavy construction. Additionally, it provides instructions on the appeals process for wage determinations and necessary contacts for further inquiries. This information is essential for government contracting and grants to operate within established legal wage frameworks, facilitating fair labor practices in federally funded projects.
    The government document outlines a contract for structural fire system repairs at eleven national parks in Alaska, aimed at ensuring fire protection systems are fully functional and ready for emergencies. The work involves the assessment, repair, and maintenance of fire suppression and alarm systems, adhering to standards set by the National Fire Protection Association and other codes. Contractors are required to provide all necessary labor, tools, and materials, while also ensuring coordination with park representatives regarding scheduling and potential impacts on park operations. Safety protocols include obtaining permission for utility shutdowns, reporting deficiencies, and using new or refurbished parts. The contract specifies requirements for contractor qualifications, including certification standards for technicians. The performance period is set from contract award until February 19, 2026, with provisions for progress payment based on itemized monthly invoices. Overall, the initiative emphasizes upholding safety and regulatory compliance in federal facilities while enhancing the operational readiness of fire protection systems across the Alaskan national parks.
    The document outlines a series of required repairs and maintenance tasks for various buildings across federal parks, focusing on fire alarm systems, backflow prevention, and sprinkler systems. Each entry includes specific deficiency descriptions, recommended repairs, and adjustments to ensure compliance with established fire safety and maintenance codes. Critical issues highlighted include the need for replacing outdated gauges, installing necessary signage, adding circuit breaker locks, and addressing system leaks. By adhering to National Fire Protection Association (NFPA) standards and ensuring operational efficacy, the document emphasizes the importance of maintaining safe and functional infrastructures within these facilities. The comprehensive list underscores the commitment to addressing identified deficiencies in a manner that supports public safety and regulatory compliance.
    This document serves as a detailed assessment of maintenance deficiencies across various park facilities and fire alarm systems, compiled in response to federal and state safety mandates. It outlines specific repair recommendations, categorizing each issue by building and system type, including fire alarm control panels, backflow preventers, and sprinkler systems. Key issues identified include leaks in backflow preventers, lack of spare parts like glass rods for fire alarms, outdated gauges, and the need for routine inspections. Each entry specifies a deficiency, the recommended repair action, and the relevant component pricing, emphasizing the urgency of compliance with safety standards. The comprehensive scope reinforces the government's commitment to ensuring safety and functionality in public facilities, highlighting the importance of timely repairs and maintenance to avoid potential hazards. This initiative illustrates strict adherence to federal regulations governing public safety within park infrastructure, aiming for enhanced overall operational efficiency and risk mitigation. The total projected value for the necessary repairs has not been determined yet, which suggests further financial discussions will follow.
    The Hot Work Permit (Form HW-1) outlines procedures and requirements for conducting hot work activities in designated and permit-required areas to ensure fire safety. Hot work can only be performed in areas approved by a Permit Authorizing Individual or designee, following an inspection that confirms fire safety measures are in place. Non-permissible areas are specified, including locations with explosive atmospheres or inadequate fire protection. The permit process mandates detailed precautions, such as maintaining clean work areas, employing fire watches, and ensuring all combustible materials are adequately managed. Specific responsibilities for contractors and NPS employees are defined, including the need for a signed permit that includes essential contact information. A comprehensive final check after work completion is required to ensure no fire hazards remain. This document emphasizes the critical need for adherence to safety protocols in hot work scenarios, serving as a guideline for compliance with federal and local regulations to prevent fire hazards. It is relevant within the context of government projects involving RFPs and grants, ensuring operational safety in federally funded initiatives.
    The document is a Standard Form 25, a performance bond utilized in government contracts to secure the obligations of a Principal and their Surety(ies) to the U.S. government. It outlines the procedural and legal requirements necessary for executing the bond, including the identification of the Principal, Sureties, and stipulating the penal sum of the bond, which represents the financial liability assumed by the Sureties. Key provisions include the conditions under which the bond becomes void: primarily, if the Principal performs all obligations under the contract and any modifications without notice to the Sureties. The form requires signatures from both the Principal and Sureties, alongside their corporate seals, to validate the agreement. Importantly, the document specifies that sureties must be listed as approved by the Department of the Treasury, and it details the requirements for individual sureties, including financial disclosures. The performance bond serves to assure the government that the terms of the contract will be met, thereby facilitating trust and compliance in federal and state/local RFP processes. The overall structure includes sections for signatures, legal names, types of organizations, and various terms regulating the bond execution.
    The document serves as a payment bond form required under federal law (40 USC Chapter 31) for projects where payment to labor and material suppliers is necessary. The form outlines the relationship between the Principal (contractor) and the Surety(ies), stating that they jointly and severally bind themselves to the United States for the specified penal sum. It highlights that this obligation is void if the Principal makes timely payments to those providing labor or materials in the contract execution. Additionally, it includes instructions for completing the bond, indicating the necessary details like the legal name of the Principal, type of organization, surety identification, and the penal sum amount. Signatures from authorized representatives and corporate seals are mandatory. Furthermore, the document emphasizes compliance with the Paperwork Reduction Act, requiring pre-approval for any deviations from the form. This bond is critical for ensuring that contractors fulfill their payment responsibilities, thereby safeguarding the interests of suppliers and subcontractors in government-related projects, which is vital for maintaining accountability and stability in federal grants and contracts.
    The contract for structural fire system repairs at eleven national parks in Alaska aims to ensure that fire protection systems are fully operational and compliant with safety standards. The contractor will be responsible for all labor, materials, and management needed for repairs and must utilize components that meet or exceed original specifications. Work will be performed at various parks including Denali and Glacier Bay, with specific attention to the unique requirements of each site, including prior notification of any interruptions to utilities. Technicians must possess NICET Level II certification and a minimum of three years of relevant experience. The contract stipulates a period of performance from the date of award through May 31, 2026, and includes provisions for payment based on monthly itemized invoices for completed work. The request emphasizes adherence to all federal and local codes, ensuring all work meets industry standards while addressing life and safety concerns promptly. Furthermore, coordination is required to minimize disruption at the parks, with clear communication channels established between the contractor and government representatives to ensure satisfactory completion of repairs. This project exemplifies the government’s commitment to maintaining essential safety infrastructure within national parks.
    The document is an amendment to solicitation number 140P9725Q0017, issued by the National Park Service’s Alaska Regional Office. The primary purpose of this amendment is to re-open the request for quotations (RFQ), establishing a new closing date of August 8, 2025, at 5:00 PM EDT. Additionally, it revises the estimated contract performance period to span from August 15, 2025, to May 31, 2026. The amendment clarifies that all other terms and conditions of the original solicitation remain unchanged. Contractors must acknowledge receipt of this amendment to ensure that their offers are considered, and methods for doing so include submitting copies, electronic communication, or letters referencing the solicitation and amendment numbers. The document emphasizes compliance with submission protocols to avoid rejection of offers and details procedural instructions for modifications and acknowledgments relevant to the bidding process.
    Amendment 0002 for solicitation 140P9725Q0017 reopens the Request for Quotation (RFQ) with a new closing date of September 2, 2025, at 1700 hours EDT. It converts the RFQ format from construction to commercial services and revises the estimated contract performance period to September 5, 2025, through May 31, 2026. This amendment also modifies various repair items, including BELA, DENA, GAAR, GLBA, KATM, KEFJ, KLGO, SITK, and WEAR Repairs, as well as option items for additional KLGO, LACL, and WRST Repairs. All other terms and conditions of the original solicitation remain unchanged.
    Amendment 0003 to solicitation 140P9725Q0017 reopens the Request for Quotation (RFQ) with a new closing date of September 16, 2025, at 1700 hours EDT. Additionally, the project period of performance end date has been changed to June 30, 2025. All other terms and conditions of the original solicitation remain unchanged. This amendment ensures that interested parties have additional time to submit offers and clarifies the revised project timeline.
    The National Park Service is issuing a Request for Quotation (RFQ) 140P9725Q0017 for the maintenance and repair of fire protection systems across 12 parks in Alaska. The contract, a Firm Fixed Price task order set aside for small businesses, is valued between $100,000 to $250,000. RFQ submissions are invited from interested vendors, who must adhere to specified guidelines, including technical capabilities and prior experiences in related projects. The submission window opens on June 12, 2025, and closes on July 12, 2025. All quotes must include detailed pricing for base and option items, and vendors are required to be registered in the System for Award Management (SAM). Evaluation will prioritize technical capability, prior experience, and total price, while ensuring compliance with numerous federal provisions and clauses described within. Contractors must start work within ten days of receiving a notice to proceed, with major onsite activities expected from July 20, 2025, to February 19, 2026. This solicitation emphasizes both efficient bid submission and adherence to federal regulations, aiming to ensure the safety and reliability of fire protection systems within national parks.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    63--NPS - Fire & Intrusion Monitoring Services, George
    Interior, Department Of The
    The Department of the Interior, through the National Park Service (NPS), is seeking qualified small businesses to provide fire alarm (FA) and intrusion detection (ID) system maintenance services for the George Washington Memorial Parkway. The procurement aims to ensure that existing FA and ID systems are maintained in optimal condition, free from errors or malfunctions, and includes responsibilities such as rectifying deficiencies and providing 24-hour monitoring. This contract, set aside entirely for small businesses, will span a one-year base period with four additional one-year option periods, totaling five years, and will require NICET Level II certified technicians for FA systems and state-licensed technicians for ID systems. Interested parties must submit their quotes by December 12, 2025, and can direct inquiries to Robert Staats at robertstaats@ibc.doi.gov or by phone at 208-207-7391.
    Y--GLAC 318705 Replace Utility Systems - Construction
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting proposals for the "GLAC 318705 Replace Utility Systems - Construction" project at Glacier National Park, Montana. This project involves significant improvements to the St. Mary Water System, St. Mary Winter Septic System, and Two Medicine System, with a focus on replacing and upgrading essential utility infrastructure. The work is critical for maintaining the park's operational integrity and ensuring environmental compliance, with a total estimated contract value exceeding $10 million. Interested small businesses must submit their proposals by January 6, 2026, and can direct inquiries to Vicki Freese-Supler at vickilfreese-supler@nps.gov or call 720-402-8467.
    Y--AK SAIC ANCHORAGE HYDRATION STATION
    Interior, Department Of The
    The Department of the Interior, through the U.S. Fish and Wildlife Service, is soliciting proposals for the installation of a hydration station at the Service Office of Law Enforcement in Anchorage, Alaska. The project requires the contractor to provide all necessary labor, materials, tools, and equipment to complete the installation, ensuring compliance with local building codes and federal regulations, with a construction magnitude of less than $25,000. This installation is crucial for enhancing operational efficiency and ensuring access to hydration for personnel at the facility. Interested small businesses must acknowledge receipt of amendments and submit proposals by the specified deadlines, with the completion date for the project set for January 23, 2026. For further inquiries, contact Tiffannie Pannell at tiffanniepannell@fws.gov or by phone at 505-248-6792.
    DEVA 335272 Repair Flood Damaged Titus Canyon Road
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting proposals for the "DEVA 335272 Repair Flood Damaged Titus Canyon Road" project in Death Valley National Park. The primary objective is to repair approximately 14 miles of flood-damaged roadway and the Falls Canyon Trailhead parking area, restoring it to its pre-flood condition while implementing enhancements to prevent future flood damage. This project is crucial for maintaining access to remote areas and ensuring environmental protection, as it requires adherence to strict guidelines for wildlife and vegetation preservation. Proposals are due by January 28, 2026, at 11:00 AM MT, with a construction budget estimated between $5 million and $10 million. Interested contractors should contact Rachel Dyer at racheldyer@nps.gov for further information.
    Y--PINN 250983 - Rehab Old Pinn Trailhead Parking Area/Shuttle Stop
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is seeking contractors for the rehabilitation of the Old Pinn Trailhead Parking Area and Shuttle Stop at Pinnacles National Park, California. The project aims to enhance visitor experience and operational efficiency by repaving the parking area, installing a new accessible vault toilet, creating a designated shuttle stop with a shade structure, extending a water line, and adding various amenities, addressing current safety hazards and operational challenges. This initiative is crucial for maintaining the park's infrastructure and improving visitor services, with an estimated contract value between $2,000,000 and $3,000,000 and a performance period of 365 calendar days. Interested parties should contact Shellie Murphy at shelliemurphy@nps.gov or call 720-610-2690, and submit responses to the Sources Sought Notice by January 15, 2026, to inform the acquisition strategy and potential small business set-aside determinations.
    C--Sources Sought Notice
    Interior, Department Of The
    The Department of the Interior, specifically the National Park Service (NPS), is seeking qualified architect-engineer firms to provide multi-disciplinary design services through a Sources Sought Notice. This procurement aims to gather information on interested businesses to develop an acquisition strategy for a competitive Multiple Award Indefinite Delivery Indefinite Quantity (IDIQ) contract, which will cover a five-year ordering period with a maximum value of $150 million and individual task orders not exceeding $3 million. The services will support projects located throughout the Intermountain Region and potentially nationwide, emphasizing the importance of professional licenses and compliance with federal regulations. Interested firms must respond by January 16, 2026, at 3:00 PM Mountain Time, and can contact Edwin Berry at edwinberry@contractor.nps.gov or by phone at 303-969-2288 for further information.
    AK USFS Chug1004 9(1), Vagt Lake Trailhead
    Transportation, Department Of
    The Department of Transportation, specifically the Federal Highway Administration, is seeking qualified contractors for the Vagt Lake Trailhead project located in the Kenai Peninsula Borough, Alaska. The project involves excavation, grading, installation of a vault toilet, concrete work for ADA-compliant parking and walkways, and sign installation over a length of 0.13 miles. This initiative aims to enhance recreational access and ensure environmental conservation in the Chugach National Forest, aligning with federal infrastructure development goals. The contract is a sealed bid, firm-fixed-price type, with an estimated price range between $700,000 and $2,000,000, and is set to be solicited in winter 2024/2025. Interested vendors can contact the Contracts G. Office at wfl.contracts@dot.gov or call 360-619-7520 for further information.
    J--LAKE25-101-CC LIFT STATION PUMP REPAIR
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting proposals for the repair of two lift station pumps at Lake Mead, Nevada, under solicitation number 140P8125Q0031. The project involves comprehensive maintenance tasks, including cleaning, disassembling, repairing broken components, and testing the pumps to ensure operational efficiency, with a performance period scheduled from July 8, 2025, to August 8, 2025. This initiative is crucial for maintaining essential infrastructure within national recreation areas, reflecting the government's commitment to operational readiness and support for small businesses. Interested contractors must submit their quotes electronically by June 6, 2025, and can direct inquiries to Maria Stubitz at CrisStubitz@nps.gov or by phone at 702-293-8940.
    Z--FODO 253278 - Fort Donelson VC Rehabilitation
    Interior, Department Of The
    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.
    Z--NCR PRWI: C5 BATHHOUSE & VISITOR ACCESS
    Interior, Department Of The
    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.