H--Fire, alarm, sprinkler sys insp, Mt Rainier NP
ID: 140P8324Q0088Type: Combined Synopsis/Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THENATIONAL PARK SERVICEPWR OLYM MABO(83000)PORT ANGELES, WA, 98362, USA

NAICS

Building Inspection Services (541350)

PSC

EQUIPMENT AND MATERIALS TESTING- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS (H263)

Set Aside

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

    The National Park Service is seeking qualified contractors to provide fire alarm and sprinkler system inspection services at Mount Rainier National Park. The procurement aims to ensure compliance with National Fire Protection Association (NFPA) standards by testing, identifying, and reporting deficiencies in the park's fire safety systems. These services are critical for maintaining emergency readiness and safety across federal facilities, particularly in areas with seasonal access restrictions. Interested small businesses must submit their quotations by 9:00 AM Pacific Time on September 23, 2024, and direct any inquiries to Hal Hoversten at hal_hoversten@nps.gov.

    Point(s) of Contact
    Hoversten, Hal
    (360) 569-6542
    (360) 569-6549
    Hal_Hoversten@nps.gov
    Files
    Title
    Posted
    The document outlines the requirements for inspecting, testing, maintaining, and repairing fire detection and notification systems across various buildings within a designated park area, in compliance with NFPA standards (25, 72, and 101). The contractor must perform obstruction investigations and handle impairments effectively to minimize risks and downtime. A detailed list of buildings is provided, including information on the types and quantities of fire safety devices—such as smoke detectors, pull stations, and heat detectors—installed in each building within the park, which includes Tahoma Woods, Nisqually, Longmire, and Paradise areas. Accessibility challenges are noted due to seasonal weather conditions, emphasizing the need for chains in vehicles. The document serves as a formal request for proposals (RFP) for contractors specializing in these services, ensuring compliance with safety regulations while managing potential risks in the park's diverse locations.
    The document outlines the requirements for inspecting, testing, and maintaining dry and wet fire sprinkler systems within various locations of a national park. It specifies contractor responsibilities for preparing detailed written reports using National Park Service forms, conducting backflow prevention assembly tests, and addressing impairments in accordance with NFPA 25 standards. The document includes a comprehensive inventory of fire sprinkler systems categorized by type—dry and wet—and corresponding building locations. Additionally, it mandates proper procedures for the collection and disposal of fluids used during system testing to ensure compliance with environmental regulations. Notably, certain park areas are subject to seasonal access restrictions, which must be considered by contractors. This RFP emphasizes the importance of adherence to safety standards and effective risk management in fire protection systems to maintain operational integrity throughout the park facilities.
    The government document pertains to the amendment of a solicitation under reference number 140P8324Q0088. The primary purpose of this amendment is to extend the due date for offers from September 19, 2024, at 2:00 PM Pacific Time to September 23, 2024, at 9:00 AM Pacific Time. Additionally, it involves removing specific "Sunrise" locations from the solicitation references due to seasonal closures, clarifying that inspections for these locations will not be required. Offerors must acknowledge receipt of this amendment to be considered responsive and eligible for the award, either through a signed copy, written communication, or electronic means. The document includes instructions regarding the acknowledgment process and states that the terms and conditions, aside from those explicitly modified, remain unchanged. The amendment reflects the government's commitment to maintaining structured procurement processes while addressing logistical adjustments stemming from real-time operational needs.
    The document is a Request for Quotation (RFQ) 140P8324Q0088 issued by the National Park Service for fire alarm and sprinkler inspection services at Mount Rainier National Park. The objective is to test, identify, and report deficiencies in the alarm and sprinkler systems in compliance with National Fire Protection Association (NFPA) standards. The solicitation is a total small business set-aside and requires vendors to be registered in the System for Award Management (SAM) with completed representations and certifications by the submission deadline of August 19, 2024. Quotations must demonstrate relevant experience and expertise in inspecting fire alarm and wet/dry sprinkler systems. The evaluation criteria prioritize price and technical competence. An estimated performance period spans from October 1 to October 31, 2024, with specific billing protocols underscoring efficient payment processing through the U.S. Department of the Treasury's Invoice Processing Platform. This RFQ is significant for enhancing emergency system readiness within federal facilities while ensuring adherence to safety regulations and economic inclusivity through small business engagement.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Fire Protection & Life Safety Inspection, Testing, and Certification (ITC) for Spokane WA VAMC
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors to provide Fire Protection & Life Safety Inspection, Testing, and Certification (ITC) services for the Mann-Grandstaff VA Medical Center in Spokane, Washington. The contract, valued at approximately $11.5 million, includes a base year followed by four option years, focusing on comprehensive inspections and testing of fire safety systems in compliance with standards from organizations such as the NFPA and TJC. This initiative is critical for ensuring fire safety compliance in a healthcare environment, thereby maintaining operational readiness for emergency situations. Interested vendors must acknowledge the recent amendment regarding a site visit scheduled for September 19, 2024, and submit their quotes by adhering to the specified requirements outlined in the solicitation documents. For further inquiries, vendors can contact Danielle Carrico at danielle.carrico@va.gov.
    H--FIRE SPRINKLER BLOCKAGE INSPECTIONS
    Active
    Interior, Department Of The
    The Bureau of Land Management (BLM) within the Department of the Interior is seeking a contractor for fire sprinkler blockage inspections and gauge replacements at various facilities in Elko, Nevada. The contractor will be responsible for inspecting six fire sprinkler systems for blockages, replacing any gauges older than five years, and ensuring compliance with the National Fire Protection Association Standard 25. This initiative is crucial for maintaining the operational reliability and safety of fire suppression systems in federally managed facilities. Proposals are due by September 23, 2024, with the performance period set from September 24 to November 30, 2024. Interested contractors can contact Nakea Hughes at nnhughes@blm.gov or by phone at 775-861-6302 for further details.
    H212--Fire Alarm Inspection, Testing, Maintenance, & Monitoring Base Plus 4 // 653 Roseburg //
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking a qualified contractor to provide fire alarm inspection, testing, maintenance, and monitoring services at the Roseburg VA Medical Center in Oregon. The contract, which is set to commence on October 22, 2024, and run through October 21, 2025, includes options for two additional years and emphasizes the need for compliance with NFPA guidelines, emergency response capabilities, and continuous monitoring of the fire alarm system. This procurement is crucial for ensuring the safety and security of the facility, which serves both staff and patients, with a maximum contract value of $25 million. Interested parties, particularly those registered as Service-Disabled Veteran-Owned Small Businesses (SDVOSB), should contact Contracting Specialist Tyrone Whalen at Tyrone.Whalen@va.gov for further details.
    Fire Suppression System
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified small businesses to provide fire suppression services at Malmstrom Air Force Base (MAFB) in Montana. The procurement involves the annual inspection and maintenance of 266 portable fire extinguishers and bi-annual inspection, testing, maintenance, and recertification of 30 wet/dry chemical fire extinguishing systems, spanning a base year and four option years from October 1, 2024, to September 30, 2029. This contract is crucial for ensuring the safety and compliance of fire protection measures at military installations, adhering to industry standards and federal regulations. Interested contractors must submit their quotes by 2:00 PM MT on September 25, 2024, and direct any inquiries to the designated contacts, Lt. Randolph Foote and Viviana Castillo Ramirez, via the provided email addresses.
    IT Room Fire and Mechanical Systems
    Active
    Dept Of Defense
    The Department of Defense seeks contractors for fire protection renovations at the Schriever Space Force Station in Colorado Springs. The project involves converting the existing fire suppression system and renewing aged piping systems to meet National Fire Protection Association (NFPA) standards. This invitation for bid (IFB) requires registered interest and will be released on the Acquisition Resource Center (ARC) platform. The anticipated timeline includes a bidders' walk-through on August 8, 2024, with a bid due date of September 17, 2024, and a contract award announcement on September 20, 2024. The scope of work includes the conversion of the fire protection system from pre-action to wet systems, focusing on battery rooms. The project aims to address safety concerns related to the existing system. Contractors should be prepared to meet the NFPA requirements and demonstrate experience in fire protection renovations. Eligible contractors should register on the ARC platform and submit their bids accordingly. The government will not entertain tax-related claims, and contractors should be aware that tax exemption may not be honored by all entities. The primary point of contact for questions is Nicole Brown at brownnic@nro.mil. Further details will be provided on the ARC platform. The evaluation of bids will be based on the criteria outlined in the IFB.
    Solicitation for proposals for a new concession contract to operate lodging, food and beverage, retail, and other services at Lake Crescent Lodge, Log Cabin Resort, Fairholme Store, and Hurricane Ridge within Olympic National Park
    Active
    Interior, Department Of The
    The Department of the Interior, through the National Park Service (NPS), is soliciting proposals for a new twelve-year concession contract to operate lodging, food and beverage, retail, and other services at various locations within Olympic National Park, including Lake Crescent Lodge, Log Cabin Resort, Fairholme Store, and Hurricane Ridge. The selected concessioner will be responsible for providing a range of services, including campground rentals and firewood, enhancing visitor experiences in this popular national park. Interested parties are encouraged to attend a site visit on September 18, 2024, with registration required by September 16, 2024, and must submit a "Notice of Intent to Propose" by November 21, 2024. Proposals must be submitted electronically by December 19, 2024, and inquiries can be directed to Kimberley Gagliolo at kimgagliolo@nps.gov.
    Mingo JCCC Inspect and Test Fire Alarm Systems
    Active
    Agriculture, Department Of
    The Department of Agriculture, specifically the Forest Service at the Mingo Job Corps Center, is seeking qualified small businesses to perform inspection and testing of fire alarm systems at their facility located in Puxico, Missouri. The objective of this procurement is to ensure that life safety systems are operational at all times, thereby safeguarding the students and staff in the event of an emergency. This opportunity is particularly important as it involves maintaining compliance with safety regulations and ensuring the reliability of critical safety equipment. Interested parties are encouraged to submit their capabilities statements and Unique Entity Identifier (UEI) electronically to Gary Durham at gary.durham@usda.gov, as this is a sources sought synopsis aimed at gathering information for a potential future solicitation. No proposals are currently being accepted, and there is no funding amount specified at this stage.
    J--WAPA HVAC PMI
    Active
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is seeking qualified small businesses to provide inspection and preventative maintenance services for HVAC systems at the War in the Pacific National Historical Park in Guam. The procurement includes base year services for inspections, testing, and minor repairs, with a contract period from September 23, 2024, to September 22, 2025, and potential option years extending through 2029. This initiative is crucial for maintaining the operational efficiency of critical infrastructure within the park, ensuring compliance with federal regulations and the Service Contract Act wage determination for Guam. Interested parties must submit their quotes via email by September 23, 2024, and can reach out to Edward Cortez at edwardcortez@nps.gov for further inquiries.
    The Dalles Dam Fire Extinguisher Emergency Services
    Active
    Dept Of Defense
    The U.S. Army Corps of Engineers, Portland District, is seeking proposals for Fire Extinguisher and Emergency Maintenance Services at The Dalles Dam in Oregon. The contract requires the contractor to perform hydrotesting, monthly and annual inspections of fire extinguishers, self-contained breathing apparatus (SCBA), emergency breathing apparatus (EBA), and automatic external defibrillator (AED) inspections, while also developing a report spreadsheet to track these services. This procurement is critical for ensuring safety preparedness and compliance with national standards, as all services must adhere to regulations set by NFPA, OSHA, and DOT. Proposals are due by September 25, 2024, at 4:00 PM PST, and interested parties should contact John Scukanec at john.r.scukanec@usace.army.mil for further information.
    CHOH FY24 HAZARD TREE MANAGEMENT
    Active
    Interior, Department Of The
    The National Park Service (NPS) is seeking bids for the CHOH FY24 Hazard Tree Management project at the C&O Canal National Historical Park, focusing on the removal, pruning, and grinding of hazardous trees along designated sections of the towpath. The project is structured into three work packages, addressing specific milepost ranges, with a total of 632 trees identified for management to enhance visitor safety and protect the park's natural and historical resources. This initiative underscores the NPS's commitment to ecological conservation and public safety within national parks. Quotes are due by September 23, 2024, at 11:00 AM ET, and interested bidders must ensure registration in the System for Award Management (SAM) prior to submission; for further inquiries, contact Sharee Satterwhite at ShareeSatterwhite@nps.gov or call 202-692-6060.