H--Fire Extinguisher Inspection Service
ID: 140P6425Q0018Type: Combined Synopsis/Solicitation
Overview

Buyer

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

NAICS

Other Services to Buildings and Dwellings (561790)

PSC

INSPECTION- FIRE CONTROL EQUIPMENT (H312)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Mar 13, 2025, 12:00 AM UTC
  2. 2
    Updated Mar 26, 2025, 12:00 AM UTC
  3. 3
    Due Apr 11, 2025, 4:00 PM UTC
Description

The Department of the Interior, through the National Park Service, is seeking proposals for Fire Extinguisher Inspection Services at Mount Rushmore National Memorial. The procurement aims to establish a contract for annual inspections, testing, and certification of various fire extinguishers, ensuring compliance with safety standards set by NFPA and OSHA. This initiative is critical for maintaining fire safety and operational readiness at the memorial, which serves as a significant public venue. Interested small businesses must submit their proposals by April 11, 2025, with a total contract ceiling of $45,000 over five ordering periods, and can direct inquiries to Jarrod Brown at jarrod_brown@nps.gov.

Point(s) of Contact
Files
Title
Posted
Mar 26, 2025, 2:04 PM UTC
The document outlines a Request for Quotes (RFQ) for Fire Extinguisher Inspection Services at Mount Rushmore National Monument, designated by solicitation number 140P6425Q0018. Scheduled for submission by April 4, 2025, it is a 100% small business set-aside with a total ceiling of $45,000 over five annual ordering periods. Interested vendors must provide various documentation, including a capabilities statement, prior experience, and a completed price schedule. The contract will be structured as an Indefinite Delivery Indefinite Quantity (IDIQ) contract, allowing for the issuance of task orders as needed. The government emphasizes compliance with federal acquisition regulations and requires vendor registration in the System for Award Management (SAM). Evaluation criteria for quotes prioritize price, technical capability, and relevant experience, aiming to ensure value for government expenditures. All inquiries regarding the solicitation must be submitted by March 25, 2025, further solidifying the document's focus on organized procurement processes within the federal framework.
Mar 26, 2025, 2:04 PM UTC
Mar 26, 2025, 2:04 PM UTC
The Mount Rushmore Monthly Fire Extinguisher Inspection report outlines the status and compliance of fire extinguishers across various facilities, ensuring adherence to NFPA 10 standards. The inspection documentation includes details such as the inspector's name, date of inspection, location, manufacturer, model and serial numbers, type, and maintenance history. Several extinguishers require immediate attention, including those needing signs and weatherproof tags, as well as numerous instances of obstructed access. A number of units were marked for maintenance, indicating that hydrostatic testing (due in 2025) is necessary for prolonged safety and functionality. The report emphasizes the critical nature of maintaining fire safety equipment to protect occupants and property. It demonstrates the government's commitment to safety standards and regulatory compliance, highlighting the importance of ongoing inspections, maintenance, and timely repairs to ensure operational readiness of fire safety equipment in public facilities.
Mar 26, 2025, 2:04 PM UTC
The U.S. Department of Interior is seeking proposals for the Annual Fire Extinguisher Inspection & Certification services at Mount Rushmore National Memorial. The request includes various requirements such as annual inspections, testing, and replacements of several types of fire extinguishers, including 2.5lb, 5lb, 10lb ABC extinguishers, Halon extinguishers, and clean agent extinguishers. Specific services requested include inspection, certification, current-year tamper seals, recharges after specified durations, and hydrostatic testing. Additionally, the document outlines a structured pricing schedule for various services, with potential ordering periods allowing for flexible procurement. The purpose of this RFP is to ensure fire safety compliance through regular inspection and necessary servicing of fire extinguishers, highlighting the government's commitment to maintaining safety standards for public venues. The document emphasizes the importance of reliable fire protection equipment and regular maintenance to mitigate risks effectively.
Mar 26, 2025, 2:04 PM UTC
The document outlines provisions related to telecommunications and video surveillance services or equipment that are prohibited in federal contracting, as specified by Section 889 of the John S. McCain National Defense Authorization Act for Fiscal Year 2019. It emphasizes that offerors must confirm whether they provide or utilize covered telecommunications equipment as part of their contracts with the government. Definitions of key terms, such as covered telecommunications services, are provided, along with procedural guidelines for offerors to review the System for Award Management (SAM) for excluded entities. Offerors are required to make representations regarding their provision and use of such equipment, with additional disclosure obligations for those acknowledging compliance with the prohibitions. The document aims to ensure that government contracts do not incorporate systems or technologies that pose security risks associated with specified telecommunications equipment. This standard is critical for maintaining the integrity and security of government operations and aligns with broader regulatory efforts to eliminate vulnerabilities in information and communication technology used within federal contracts.
Mar 26, 2025, 2:04 PM UTC
The document outlines the solicitation process for fire extinguisher inspection services at the MORU, specifically identifying the terms of progress and communication regarding amendments. It emphasizes a lack of fixed scheduling for inspections, although immediate service is preferred due to compliance issues with current extinguishers. The inventory is expected to remain stable with minimal changes unless mandated by safety inspections. Technical expectations are aligned with NFPA and OSHA standards, with no additional performance metrics required. Submission details highlight a preferred single PDF document format, while compliance with DOL Wage Determination is necessary. Evaluation criteria focus on price, technical capability, and past experience without defined weightings. The document also clarifies that Class K extinguishers are not included, and any testing must incorporate costs for recharges. Furthermore, it allows flexibility in quoting alternative clean agents rather than brand-specific products. Overall, the communication covers necessary details to ensure understanding and compliance for prospective vendors responding to the RFP.
Mar 26, 2025, 2:04 PM UTC
The U.S. Department of the Interior is soliciting proposals for the Annual Fire Extinguisher Inspection & Certification at Mount Rushmore National Memorial. The purpose of this Request for Proposals (RFP) is to establish a contract for inspecting, testing, and certifying various types and sizes of fire extinguishers, as well as providing replacements and necessary maintenance services. The RFP outlines specific requirements, including annual inspections and certifications, hydrostatic testing, and the provision of new extinguishers of various capacities (2.5lb, 5lb, 10lb, and 20lb) and types (ABC and Halon). Pricing is requested for multiple ordering periods, allowing for flexibility and cost competitiveness. The contract aims to ensure compliance with safety regulations for equipment and personnel, reflecting a commitment to maintaining fire safety standards at the memorial. The document emphasizes accuracy in pricing but leaves space for bidders to fill in their proposed costs. Overall, this RFP represents a critical step in safeguarding both visitors and staff through effective fire safety measures and equipment readiness.
Mar 26, 2025, 2:04 PM UTC
This document is an amendment to solicitation number 140P6425Q0018, concerning the provision of Fire Extinguisher Inspection Service at Mount Rushmore National Memorial. The key purpose of the amendment is to revise the Price Schedule, address questions received, and extend the submission deadline for offers to April 11, 2025, at 12:00 PM EST. It emphasizes that contractors must acknowledge receipt of the amendment through specified methods, ensuring compliance prior to the new deadline. The documentation outlines the specific changes made, while reaffirming that all other terms and conditions of the solicitation remain unchanged. Furthermore, contractors are required to submit a signed copy of the SF 30 form with their final proposals to confirm receipt of the amendment. Overall, this amendment is vital for clarifying procurement details and facilitating fair participation in the bidding process for the specified services.
Mar 26, 2025, 2:04 PM UTC
The Mount Rushmore National Memorial requires an annual fire extinguisher inspection, testing, and certification as outlined by the National Park Service. The contractor is tasked with supplying necessary equipment and labor to ensure compliance with NFPA, federal, state, and local safety standards across various types and sizes of fire extinguishers. The contract spans five ordering periods from April 2025 to April 2030, including key obligations for annual inspections, servicing, and certification of 118 fire extinguishers, as well as procedures for repairs and replacements as needed under approved task orders. The contractor must also maintain a quality control program to uphold service standards and will be evaluated periodically by the government. This initiative underscores the commitment to safety and regulatory compliance at the memorial, ensuring readiness in emergency situations.
Lifecycle
Title
Type
Combined Synopsis/Solicitation
Similar Opportunities
Z--MORUREPLACE SECURITY GATES
Buyer not available
The Department of the Interior, through the National Park Service, is seeking vendors for a project to replace security gates at Mount Rushmore National Memorial in South Dakota. The project involves the demolition and removal of two existing gates and the installation of new gates that will utilize existing infrastructure, including wiring and controls, with enhancements such as a heated cabinet and a timer for operational efficiency. This initiative is crucial for maintaining security at a significant national landmark, and the estimated budget for the project ranges from $100,000 to $250,000, with a completion timeline of 90 days post-Notice to Proceed. Interested firms must submit their capabilities, including bonding capacity and relevant certifications, by May 2, 2025, and can contact Joseph Kirk at josephkirk@nps.gov or 605-574-0510 for further information.
J--Repair of Fire Suppression at Yosemite Residences
Buyer not available
The Department of the Interior, through the National Park Service, is seeking a contractor to perform repairs on the fire suppression systems at residences within Yosemite National Park. The project involves a firm fixed-price contract to address deficiencies identified during annual testing, including reconfiguring sprinkler layouts and replacing specific sprinkler heads, while ensuring compliance with National Fire Protection Association standards. This procurement is crucial for maintaining safety and compliance in park facilities, with an estimated construction magnitude between $100,000 and $250,000. Interested small businesses must have an active SAM registration and are encouraged to direct inquiries to Timothy Modjeski at Modjeski, Timothy, via email at TimModjeski@nps.gov or by phone at 303-819-9916. The RFQ is expected to be available electronically on or around May 5, 2025, with proposals due 30 days after issuance.
Solicitation Fort Sill, OK Fire Extinguisher BPA
Buyer not available
The Department of Defense, through the Mission and Installation Contracting Command (MICC) at Fort Sill, Oklahoma, is soliciting proposals for a Blanket Purchase Agreement (BPA) focused on the maintenance and inspection of fire extinguishers. This procurement aims to ensure compliance with safety standards by providing monthly and yearly inspections, thorough examinations, and necessary maintenance services for fire extinguishers utilized by various units on the installation. The selected contractors will be responsible for maintaining records and performing services in accordance with NFPA 10 standards, with the government planning to award contracts to up to three vendors based on the best value pricing. Proposals are due by May 14, 2025, following a Q&A period that ends on April 29, 2025, and interested parties must ensure they are registered in the System for Award Management (SAM) prior to award. For further inquiries, potential offerors can contact Sommer Roach at sommer.p.roach.civ@army.mil or Brandi O'Daniel at brandi.l.odaniel.civ@army.mil.
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.
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.
NEPE FIRE SUPPRESSION SYSTEM REPAIR
Buyer not available
The Department of the Interior, specifically the National Park Service, is soliciting proposals for the repair of the fire suppression system at Nez Perce National Historical Park in Lapwai, Idaho. The project involves replacing a failed jockey pump and associated components to ensure the system maintains adequate pressure for the protection of property, human life, and a significant museum collection. This initiative is crucial for upholding safety protocols and preserving historical assets within the park environment. Interested small businesses must submit their quotes by May 8, 2025, and are encouraged to demonstrate relevant experience through past performance references, with the contract expected to be awarded based on price, technical capability, and compliance with federal regulations. For further inquiries, potential bidders can contact Michael Abner at michaelabner@nps.gov.
42--INSTALL FIRE SUPPRESSION SYSTEM, ANJO
Buyer not available
The Department of the Interior, through the National Park Service, is soliciting bids for the installation of a fire suppression system at the Andrew Johnson National Historic Site in Greeneville, Tennessee. The project involves implementing a hydraulically designed double interlock preaction sprinkler system and a comprehensive fire alarm setup, ensuring compliance with NFPA 13 standards while preserving the historic integrity of the site. This initiative underscores the federal government's commitment to enhancing safety infrastructure at historical locations, with an estimated contract value between $250,000 and $500,000 and a performance period from July 1, 2025, to September 1, 2025. Interested small businesses must submit their firm-fixed price quotes by May 9, 2025, and can direct inquiries to Marilia Mateo at mariliamateo@nps.gov.
S--Unarmed Security Guard Services at NCR
Buyer not available
The Department of the Interior, through the National Park Service, is soliciting proposals for Unarmed Security Guard Services in the National Capital Region, specifically at high-profile sites including the Washington Monument, Lincoln Memorial, Ford's Theater, White House Visitor's Center, and Wolf Trap. The procurement aims to secure a single Firm-Fixed-Price Indefinite Delivery Indefinite Quantity (IDIQ) contract, set aside for Indian Small Business Economic Enterprises (ISBEE), to ensure comprehensive security coverage and operational support at these significant national landmarks. The contract will span five years, with a base period of one year and four optional one-year extensions, emphasizing the importance of maintaining safety and security for visitors and staff at these iconic locations. Interested vendors must attend a mandatory site visit on April 3, 2025, and submit their proposals electronically by April 27, 2025, with an estimated maximum contract value of $14,265,000.
Fire Extinguisher Maintenance Services
Buyer not available
The Department of Defense, specifically the Department of the Navy, is soliciting proposals for fire extinguisher maintenance services at Marine Corps Air Station New River in North Carolina. The contractor will be responsible for the maintenance, repair, and recharge of 140 Halotron flightline fire extinguishers, which includes six-year maintenance and twelve-year hydrostatic testing, all in compliance with specified standards and regulations. This procurement is critical for ensuring operational safety through the proper maintenance of essential fire safety equipment. Interested contractors must submit their bids by May 5, 2025, at 2:00 PM, and are encouraged to contact Monica R. Thomas at monica.r.thomas.civ@usmc.mil or Michael Dobbins at michael.dobbins@usmc.mil for further information.
FIRE SUPPRESSION SYSTEM CODE CORRECTION - ANCHORAG
Buyer not available
The National Park Service (NPS) is soliciting bids for a firm-fixed-price contract focused on Fire Suppression System Code Corrections at the Alaska Regional Office in Anchorage, Alaska. This project aims to modify the existing wet pipe sprinkler system to meet updated safety standards and accommodate high-density mobile shelving, ensuring the protection of important curatorial items. The contract, set aside exclusively for small businesses, has a magnitude between $25,000 and $100,000, with a performance period from June 2, 2025, to August 15, 2025. Interested vendors must submit sealed quotes by May 26, 2025, and can direct inquiries to Ronald Bunch at ronaldbunch@nps.gov or by phone at 907-201-7719.