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
    Description

    The Department of the Interior, through the National Park Service, is seeking proposals for Fire Extinguisher Inspection Services at Mount Rushmore National Monument. The procurement involves providing comprehensive inspection, testing, and certification services for various types of fire extinguishers, ensuring compliance with safety standards and regulations. This initiative is critical for maintaining fire safety and operational readiness at the monument, with a total contract ceiling of $45,000 over five annual ordering periods from April 2025 to April 2030. Interested small businesses must submit their quotes by April 4, 2025, and direct any inquiries to Jarrod Brown at jarrod_brown@nps.gov or by phone at 330-468-2500, with questions accepted until March 25, 2025.

    Point(s) of Contact
    Files
    Title
    Posted
    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.
    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.
    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.
    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.
    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
    B--MORU Rock Block Studies
    Buyer not available
    The National Park Service (NPS) is preparing to solicit proposals for Rock Block Monitoring Services at Mount Rushmore National Memorial in South Dakota. The contractor will be responsible for managing and maintaining the rock block monitoring system, ensuring its operability, and providing an annual report to the Contracting Officer’s Representative. This five-year firm-fixed price service contract, which includes five option periods, is crucial for the ongoing safety and preservation of the monument, with an anticipated solicitation release around February 20, 2025, and responses due approximately 20 days later. Interested parties must be registered in the System for Award Management (SAM) and can direct inquiries to Joseph Kirk at josephkirk@nps.gov or by phone at 605-574-0510.
    INSPECT AND CLEAN POTABLE WATER TANK
    Buyer not available
    The Department of the Interior, specifically the National Park Service, is seeking qualified small businesses to inspect and clean a 50,000-gallon potable water tank at Walnut Canyon National Monument in Arizona. The procurement requires bidders to provide all necessary labor, materials, and equipment, with a contract execution timeline set from April 14, 2025, to August 15, 2025. This initiative underscores the importance of maintaining essential infrastructure for public health and safety while supporting small business participation in federal contracting. Interested parties must submit their quotations by March 25, 2025, and can direct inquiries to Dennis Zoltak at denniszoltak@nps.gov or call 720-670-0856.
    JEFF Door Inspection & Repair
    Buyer not available
    The Department of the Interior, specifically the National Park Service, is seeking qualified contractors for the JEFF Door Inspection & Repair project at Gateway Arch National Park. The procurement involves providing comprehensive inspection and maintenance services for various types of doors within the Visitor Center, with a strong emphasis on small business participation as this is a 100% Small Business Set-Aside opportunity. Contractors must adhere to the detailed scope of work outlined in the Request for Quotations (RFQ) and demonstrate relevant experience in their submissions. Quotations are due by March 28, 2025, with services expected to commence on April 1, 2025, and be completed within 30 days post-award. Interested parties can contact Rebecca Myers at rebeccamyers@nps.gov or by phone at 719-715-3625 for further information.
    42--INSTALL FIRE SUPPRESSION SYSTEM, ANJO
    Buyer not available
    The Department of the Interior, specifically the National Park Service, is preparing to issue a Request for Proposals (RFP) for a firm fixed price construction contract to install a fire suppression system at the Early Home within the Andrew Johnson National Historic Site in Greeneville, TN. This project will require contractors to provide all necessary resources to complete the installation in accordance with the provided Statement of Work and Drawings. The opportunity is set aside exclusively for small businesses under NAICS Code 238220, emphasizing the importance of fire safety equipment in historic preservation. Interested contractors should expect the solicitation to be available on SAM.gov around February 13, 2024, and must ensure they are registered on the System for Award Management. For further inquiries, contractors can contact Marilia Mateo at mariliamateo@nps.gov.
    Notice of Intent for 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 seeking qualified small businesses to establish a Blanket Purchase Agreement (BPA) for fire extinguisher maintenance, inspection, and service. The BPA will support Brigades and Major Army Commands (MACOM) on Fort Sill, with the government planning to award contracts to a maximum of three vendors to provide these essential services on a monthly and yearly basis. The services include thorough inspections and maintenance of fire extinguishers to ensure their effective and safe operation, with specific requirements for annual, six-year, and twelve-year inspections. Interested contractors must be registered in the System for Award Management (SAM) prior to award, and the solicitation package will be available on www.sam.gov around April 15, 2025. 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.
    Scaffolding for Vicksburg National Military Site -
    Buyer not available
    The Department of the Interior, through the National Park Service, is seeking small businesses to provide scaffolding for the New York Monument at Vicksburg National Military Park in Mississippi. The procurement involves the design, erection, assembly, and installation of OSHA-compliant scaffolding to facilitate necessary cleaning and masonry work on the historic granite obelisk monument, which requires access to all sides and surfaces. This project underscores the government's commitment to preserving historical sites while ensuring safety and quality standards during the work process. Quotes are due by April 23, 2025, following a site visit on March 12, and interested parties can contact Franklin Mahan at franklinmahan@nps.gov or 240-741-3727 for further information.
    Annual Mobile Fire Emergency Inspection IAW NFPA 1910
    Buyer not available
    The Department of Defense, specifically the Mission and Installation Contracting Command (MICC) at Fort Leonard Wood, Missouri, is seeking qualified contractors to provide annual mobile fire emergency inspections in accordance with NFPA 1910 standards. The procurement aims to identify parties capable of conducting comprehensive inspections of emergency vehicles, including fire engines and aerial devices, ensuring their operational readiness and compliance with safety regulations. This opportunity is critical for maintaining the reliability of fire service equipment, which is essential for public safety and effective emergency response. Interested parties must submit a capabilities statement by 2 PM CST on March 31, 2025, to Elizabeth Reyes at elizabeth.e.reyes2.civ@army.mil, with the potential for a contract valued under a blanket purchase agreement for a base year and four option years.
    Fire Break Maintenance-Eagle Nest Lk Unit of San B
    Buyer not available
    The U.S. Fish and Wildlife Service (FWS) is soliciting proposals for fire break maintenance at the Eagle Nest Lake unit of the San Bernard National Wildlife Refuge in Brazoria, Texas. The contract requires a qualified contractor to perform monthly mowing and disking activities over an eight-month period to create fire lines, thereby protecting adjacent private lands from wildfires while minimizing disturbance to local wildlife habitats. This initiative is crucial for ecological preservation and fire management, reflecting the government's commitment to maintaining environmental safety and compliance with federal standards. Proposals are due by 5:00 PM ET on March 14, 2025, and interested vendors must register in the System for Award Management (SAM) and submit both technical and price proposals, including relevant past experience and a site visit scheduled for March 12, 2025. For further inquiries, contact Darla Freyholtz at darlafreyholtz@fws.gov or call 701-339-3829.
    S--ORGAN PIPE CACTUS NATIONAL MONUMENT (ORPI) require
    Buyer not available
    The Department of the Interior's National Park Service is seeking qualified vendors to provide insect and rodent control services at the Organ Pipe Cactus National Monument in Arizona under solicitation number 140P1525Q0039. The contract will cover a base year from April 1, 2025, to March 31, 2026, with the option for up to four additional years, aimed at ensuring a safe environment for park visitors by effectively managing pest-related challenges. Interested small businesses must submit their quotes by March 26, 2025, at 1:00 PM MST, and demonstrate their capabilities through an experience narrative and references for similar projects. For further inquiries, vendors can contact Taylor Jones at TaylorAJones@nps.gov or by phone at 520-780-9294.
    R-- BIG HOLE NB CULTURAL RESOURCES SURVEY
    Buyer not available
    The Department of the Interior, specifically the National Park Service, is seeking qualified contractors to conduct Class I and Class III Cultural Resource Management (CRM) surveys at Big Hole National Battlefield in Montana. The objective of this procurement is to assess cultural resources in an area designated for utility work, including the replacement of an aging sewer system and the installation of new utility lines. This survey is crucial for ensuring compliance with the National Historic Preservation Act's Section 106 and involves extensive fieldwork, documentation, and reporting of findings. Interested vendors must submit their proposals by March 21, 2025, and can direct inquiries to Geraldine Larsen at geraldinelarsen@nps.gov. The contract performance period is set from April 1, 2025, to August 29, 2025, and the opportunity is a total small business set-aside.