ADO FIRE AND SECURITY MONITORING SERVICE
ID: 140L6325Q0013Type: Combined Synopsis/Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THEBUREAU OF LAND MANAGEMENTALASKA STATE OFFICEANCHORAGE, AK, 99513, USA

NAICS

Security Systems Services (except Locksmiths) (561621)

PSC

MISCELLANEOUS ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS (6350)

Set Aside

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

    The Bureau of Land Management (BLM) is seeking proposals for fire and security monitoring services across multiple locations in Alaska, specifically under Solicitation Number 140L6325Q0013. The contract aims to provide 24/7 monitoring and dispatch services to ensure compliance with safety codes and protect personnel and assets, with a focus on small business participation as it is set aside for total small business set-aside under FAR 19.5. The contract will span from May 1, 2025, to April 30, 2030, with the possibility of multiple option periods, and proposals must comply with the Buy American Act while including a Unique Entity Identifier (UEI) or Commercial and Government Entity (CAGE) Code. Interested contractors should direct inquiries to Lisa Brune at lbrune@blm.gov, and the deadline for proposal submissions has been extended to April 11, 2025, by 5:00 PM Alaska Daylight Time.

    Point(s) of Contact
    Brune, Lisa
    (907) 271-4453
    (907) 271-4595
    lbrune@blm.gov
    Files
    Title
    Posted
    The Bureau of Land Management (BLM) Anchorage District Office is seeking a contractor for 24/7 monitoring and dispatch services for fire and security alarm systems at three locations in Anchorage and Glennallen, Alaska. This initiative ensures compliance with national safety standards and enhances public and asset protection. The contractor must provide human operators to respond to alarm signals, alert responsible parties, and coordinate with local fire and law enforcement as necessary. Key responsibilities include installing and leasing radio dialers for specific fire panels, while maintaining that troubleshooting and repairs for the fire/security panels are the BLM's responsibility. The contractor will also be tasked with providing activity and test reports free of charge, as well as phone support for system management. The project aims to establish reliable fire and security monitoring to protect BLM personnel and assets, in alignment with pertinent regulations and codes. This solicitation represents the BLM's commitment to ensuring safety and compliance across its facilities in Alaska.
    The Bureau of Land Management (BLM), Anchorage District Office (ADO), is soliciting a contractor to provide 24/7 monitoring and dispatch services for fire and security systems at three locations in Anchorage and Glennallen, Alaska. This service is mandated by various safety codes, aiming to ensure the safety of personnel and assets. The contractor must have human operators available around the clock for responding to alarm signals from fire and security panels, notifying designated individuals or local authorities as necessary. The contract includes the installation and maintenance of radio dialers for certain fire panels, while the BLM is responsible for other panel maintenance and repairs. Deliverables include activity and test reports in electronic format upon BLM request, as well as phone support for managing the alarm systems. This initiative reflects the BLM's commitment to compliance with safety standards and its responsibility for public safety and asset protection across its facilities.
    This document is an amendment related to a solicitation for a contract regarding fire and security monitoring services at a specified location in Anchorage, Alaska. The primary purpose of the amendment is to correct the address details in the Statement of Work, specifically providing the complete address of the equipment location as 5600 Science Center Drive, Anchorage, AK 99507. The amendment requires contractors to acknowledge receipt before the deadline specified in the solicitation to avoid rejection of their offers. The Bureau of Land Management (BLM) is seeking to award a single firm fixed-price contract, although multiple contracts may be awarded if deemed beneficial. This acquisition is designated for small businesses, highlighting the government's ongoing support for small enterprises in federal contracting. All submissions must comply with the Buy American Act, and queries should be directed electronically to the contracting officer. Adherence to the specified format and submission guidelines is crucial for successful participation in the procurement process.
    The document is an amendment regarding the solicitation 140L6325Q0013 by the Bureau of Land Management (BLM) for fire and security monitoring systems at various locations. The primary purpose of this amendment is to extend the submission deadline for offers to April 11, 2025, by 5:00 PM Alaska Daylight Time. All other terms remain unchanged. This solicitation is set aside for small businesses and complies with FAR 13.105. Contractors are required to acknowledge receipt of the amendment and submit their offers via electronic communication or letter, referencing the solicitation number. The government anticipates awarding a firm fixed-price contract, potentially multiple if deemed advantageous. Proposals must meet compliance with the Buy American Act and include the unique entity identifier (UEI) or Commercial and Government Entity (CAGE) Code. The amendment emphasizes the need for timely acknowledgment in order to avoid rejection of offers, furthering the government's commitment to maintain efficiency in procurement processes while engaging small businesses for the project.
    The Bureau of Land Management (BLM) in Alaska is soliciting proposals for fire and security monitoring services across various locations under Solicitation Number 140L6325Q0013. This requirement is specifically set aside for small businesses, aiming for a single firm-fixed price contract although multiple contracts may be chosen if advantageous to the government. The project will span from May 1, 2025, to April 30, 2030, with multiple option periods extending the monitoring services. Proposals must comply with the Buy American Act, and bidders are required to provide their Unique Entity Identifier (UEI) or Commercial and Government Entity (CAGE) Code. Invoices must be processed electronically per requirements on the U.S. Treasury's Invoice Processing Platform. The solicitation incorporates various Federal Acquisition Regulation clauses that govern compliance, reporting, and labor standards, ensuring fairness and adherence to legal standards. All contractor responses should be directed to Lisa Brune at the provided contact information. This procurement underlines BLM's commitment to ensuring safety and security through monitored systems while promoting small business participation.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    BIA Exclusive Use Type III Helicopter Flight Servi
    Interior, Department Of The
    The Department of the Interior, through the Bureau of Indian Affairs (BIA), is seeking proposals for Exclusive Use Type III Helicopter Flight Services to support operations in Window Rock and Whiteriver, Arizona. The contract will provide essential helicopter services for various missions, including fire suppression, law enforcement surveillance, and administrative activities, with a performance period from March 1, 2026, to February 28, 2031. Contractors must supply and maintain helicopters that meet specific operational requirements, including a minimum payload capacity and FAA certifications, ensuring readiness for government control 24/7. Interested small businesses must submit their proposals by January 7, 2026, and can contact Shay Roadruck at shayroadruck@ibc.doi.gov or 571-513-3226 for further information.
    F--BIA EU Single Engine Air Tanker (SEAT) at Bemidji
    Interior, Department Of The
    The Department of the Interior is seeking proposals for Exclusive Use Single Engine Air Tanker (SEAT) Aircraft Flight Services to support the Bureau of Indian Affairs (BIA) at Bemidji, Minnesota. The contract will provide essential aerial firefighting services from February 1, 2026, to January 31, 2031, with an estimated exclusive use period during the fire season from April 5 to June 3. This procurement is critical for effective fire suppression operations, requiring a SEAT aircraft with specific performance capabilities and qualified personnel. Interested small businesses must submit their proposals by December 30, 2025, at 1300 PS, and can direct inquiries to Shay Roadruck at shayroadruck@ibc.doi.gov or by phone at 571-513-3226.
    NORTHERN ROCKIES STEWARDSHIP BPA
    Agriculture, Department Of
    The U.S. Department of Agriculture, specifically the Forest Service, is soliciting proposals for the Northern Rockies Stewardship Blanket Purchase Agreement (BPA) aimed at conducting stewardship activities across multiple national forests in Idaho, Montana, North Dakota, and South Dakota. The BPA will facilitate various land management projects, including timber harvesting, hazardous fuels reduction, and restoration activities, with a focus on enhancing forest resilience and improving watershed health. This procurement is crucial for sustainable forest management and aims to provide local communities with wood resources while minimizing fire hazards. Interested contractors must submit their proposals by April 20, 2023, and ensure they are registered in the System for Award Management (SAM). For further inquiries, contact Matt Daigle at matthew.daigle@usda.gov or 605-415-9057.
    2026 SMJ FOOD BOXES
    Interior, Department Of The
    The Bureau of Land Management (BLM), through the National Interagency Fire Center (NIFC), is seeking quotations for the procurement of food items for Smokejumper Food Kits for fiscal year 2026. The solicitation, identified as Number 140L3726Q0004, requires specific food items such as bean dip, peanut butter-filled pretzels, and toaster pastries, with all items needing to have expiration dates no earlier than September 2026 and delivery by April 1, 2026. This acquisition is crucial for supporting the nutritional needs of smokejumpers during fire suppression operations, and it is set aside for Women-Owned Small Businesses (WOSB). Interested vendors must submit their offers via email to Casey Boyd at cmboyd@blm.gov by December 16, 2025, at 5 PM Eastern, and must be registered in SAM and WOSB certified to be eligible for consideration.
    Intermountain Stewardship BPA
    Agriculture, Department Of
    The U.S. Department of Agriculture, Forest Service is seeking proposals for the Intermountain Stewardship Blanket Purchase Agreement (BPA), aimed at enhancing forest health and managing hazardous fuels across multiple National Forests in Idaho, Nevada, Utah, and Wyoming. The BPA will facilitate various stewardship activities, including timber removal, road maintenance, and restoration projects, with a focus on sustainable forest management and wildfire risk reduction. This initiative is critical for supporting local economies and ensuring compliance with federal environmental regulations. Interested contractors must submit their proposals by April 12, 2023, and are required to be registered in the System for Award Management (SAM) to be eligible for award. For further inquiries, contact Matt Daigle at matthew.daigle@usda.gov or Mark T. Phillipp at mark.phillipp@usda.gov.
    Protective Security Officer (PSO) services in various locations throughout Alaska
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the Federal Protective Service Acquisition Division, is planning to extend an existing contract for Protective Security Officer (PSO) services in various locations throughout Alaska. This sole source extension, which will last up to two months starting February 1, 2026, aims to ensure the continued provision of armed PSO services while allowing for the placement of a new contract to maintain these critical services. The procurement falls under the NAICS code 561612 for Security Guards and Patrol Services, with a small business size standard of $29 million. Interested parties can reach out to Alyssa McQueen at Alyssa.M.McQueen@fps.dhs.gov or by phone at 253-999-2987 for further details.
    TWO ATVS FOR IFD LE
    Interior, Department Of The
    The Department of the Interior, specifically the Bureau of Land Management (BLM) Idaho State Office, is seeking to procure two new 2026 Polaris Sportsman 570 ATVs, along with the trade-in of two 2006 Yamaha YFM660 ATVs. This procurement is a small business set-aside under NAICS code 336999, aimed at enhancing the operational capabilities of the BLM's Idaho Falls District Office. The ATVs are essential for various land management activities, ensuring efficient transportation and access in rugged terrains. Quotes for this opportunity are due by December 22, 2025, at 11:00 A.M. MST, and must be submitted via email to Thomas Parsons at tparsons@blm.gov. Offerors are required to be registered in SAM.gov, and the solicitation includes specific FAR clauses and electronic invoicing requirements.
    87--Delta WH&B Facility Hay
    Interior, Department Of The
    The Bureau of Land Management (BLM) is soliciting quotes for the procurement of 350 tons of weed-free alfalfa hay for the Delta Wild Horse and Burro Facility in Utah. The hay must be from the 2025 harvest, domestically grown, and meet specific quality and baling standards, with delivery required by January 31, 2026. This procurement is a total small business set-aside and will be awarded based on a Lowest Price Technically Acceptable (LPTA) evaluation approach. Interested offerors must submit their quotes by December 15, 2025, at 5:00 PM Mountain Time via email to Tori Blunt Mayes at tbluntmayes@blm.gov, and must be registered in SAM.gov to be eligible for consideration.
    F--BIA Exclusive Use Amphibious Single Engine Scooper
    Interior, Department Of The
    The Department of the Interior is soliciting proposals for Exclusive Use Amphibious Single Engine Scooper Flight Services to support the Bureau of Indian Affairs (BIA) in Bemidji, Minnesota. The contract requires the provision of a single-engine amphibious aircraft capable of performing fire suppression missions, with specific operational criteria including a minimum of 1600 Shaft Horsepower and a 799 US gallon tank capacity. This service is crucial for effective fire management and resource conservation in the region, with an estimated exclusive use period of 60 days annually from April 14 to June 12, spanning from 2026 to 2031. The maximum contract value is $10,000,000, and proposals are due by January 5, 2026, at 10:00 AM PST. Interested parties should contact Shay Roadruck at shayroadruck@ibc.doi.gov or call 571-513-3226 for further details.
    MO - MINGO NATIONAL WILDLIFE REFUGE - HVAC Monitor
    Interior, Department Of The
    The U.S. Fish and Wildlife Service is seeking proposals for a five-year Blanket Purchase Agreement (BPA) for HVAC monitoring services at the Mingo National Wildlife Refuge in Puxico, Missouri. The procurement aims to secure a contractor capable of providing remote and on-site monitoring, troubleshooting, and repair of the KMC BACnet HVAC system, which includes 19 heat pumps and geothermal units, ensuring optimal functionality and compliance with federal and state regulations. This specialized service is critical for maintaining the refuge's HVAC infrastructure, which is essential for the comfort and safety of visitors and staff. Interested small businesses must submit their proposals by January 5, 2026, at 2:00 PM EST, and can direct inquiries to Dana Arnold at danaarnold@fws.gov or by phone at 703-468-8289.