LIFE SAFETY SYSTEMS MAINTENANCE
ID: 140A2326Q0021Type: Combined Synopsis/Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THEBUREAU OF INDIAN AFFAIRSINDIAN EDUCATION ACQUISITION OFFICEAlbuquerque, NM, 87104, USA

NAICS

Security Systems Services (except Locksmiths) (561621)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS (J063)

Set Aside

Indian Small Business Economic Enterprise (ISBEE) Set-Aside (specific to Department of Interior and Indian Health Services) (ISBEE)
Timeline
    Description

    The Department of the Interior, specifically the Bureau of Indian Affairs through the Indian Education Acquisition Office, is seeking proposals for Life Safety Systems Maintenance at the BIE Riverside Indian School in Anadarko, OK. This procurement involves comprehensive inspection, testing, maintenance, and repair services for various life safety systems, including fire alarm systems, fire sprinkler systems, and emergency lighting, with a contract structured as a hybrid Firm-Fixed Price and Time and Material type covering a base year and four option years, from February 1, 2026, to January 31, 2031. The selected contractor will be responsible for ensuring compliance with NFPA standards and must be certified as an Indian Small Business Economic Enterprise (ISBEE), with proposals evaluated based on technical capability, past performance, and price. Quotes are due by December 5, 2025, at 4:00 PM CST, and interested parties can contact Michelle Nahlee-Marshalek at michelle.nahlee@bie.edu for further information.

    Point(s) of Contact
    Nahlee-Marshalek, Michelle
    michelle.nahlee@bie.edu
    Files
    Title
    Posted
    This government Statement of Work outlines requirements for monthly, quarterly, semi-annual, and annual inspection, testing, preventative maintenance, and repair services for Life Safety Systems and Master Clocks at Riverside Indian School. The scope includes Fire Alarm Systems, Fire Sprinkler Systems, Portable Fire Extinguishers, Emergency & Exit Lights, Kitchen Hood Systems, and Master Clock Systems. The document details specific testing procedures for each system, emphasizing compliance with NFPA standards and requiring certified inspectors. Maintenance and repair services are billed on a time and material basis, with GSA labor rates and material prices required. The school has 9 fire alarm panels, 13 fire sprinkler systems, 184 portable fire extinguishers, 90 emergency lights, 95 exit lights, 2 master clock systems, and 40 indicating clocks across various buildings. The contractor must provide all supplies and equipment and respond to service calls within 24 hours.
    The document outlines a government Request for Proposal (RFP) for comprehensive fire safety and maintenance services spanning a base year and four option years, from February 2, 2026, to January 31, 2031. It details requirements for firm fixed-price testing and inspection services, including monthly fire sprinkler system checks, quarterly kitchen hood system inspections, and annual maintenance for fire alarm and sprinkler systems, portable fire extinguishers, emergency/exit lights, and master clock systems. Additionally, the RFP includes provisions for time and material-based maintenance and repair services. Each year specifies estimated quantities for various services. Although no specific monetary values are provided in this file, the structure indicates a clear framework for soliciting bids for essential safety system upkeep and repair over a five-year period.
    This document outlines the self-certification requirements for offerors to qualify as an "Indian Economic Enterprise (IEE)" under the Buy Indian Act (25 U.S.C. 47) and Department of the Interior Acquisition Regulation (DIAR) Part 1480. To be eligible, an enterprise must meet the IEE definition at the time of offer, contract award, and throughout the contract term. Contracting Officers may request additional eligibility documentation at any point. The document warns against submitting false or misleading information, citing penalties under 18 U.S.C. 1001 for false information and 31 U.S.C. 3729 to 3731 and 18 U.S.C. 287 for false claims during contract performance. It includes a representation form for offerors to certify their IEE status by providing their federally recognized tribal entity, Unique Entity ID (UEI), legal business name, and the name of the 51% (or greater) owner of the IEE firm.
    This Request for Quote (RFQ) 140A2326Q0021, issued by the Indian Education Acquisition Office, seeks proposals from Indian Small Business Economic Enterprises (ISBEE) for Life Safety System Inspection, Testing, Maintenance, and Repair Services at the BIE Riverside Indian School in Anadarko, OK. The contract is a hybrid Firm-Fixed Price and Time and Material type, covering a base year (February 1, 2026 – January 31, 2027) and four option years, extending through January 31, 2031. The NAICS code is 561621 with a $25M size standard. Quotes are due by December 5, 2025, 4:00 PM CST, and will be evaluated based on technical capability, past performance, and price, with technical and past performance outweighing cost. Key requirements include ISBEE self-certification, SAM.gov registration, and adherence to various FAR and DIAR clauses, including background investigations for onsite personnel.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    F--Fire Suppression Support Services
    Buyer not available
    The Bureau of Indian Affairs (BIA), Eastern Oklahoma Regional Office, is seeking to establish multiple Firm-Fixed-Price (FFP) Blanket Purchase Agreements (BPAs) for Fire Suppression Support Services. The objective is to secure up to 10 BPAs with a duration of five years, aimed at providing timely and effective fire suppression on Indian lands, thereby protecting natural resources, forests, wildlands, and Tribal Residents under BIA oversight in Eastern Oklahoma. Eligible contractors include fire departments, districts, non-profit associations, or political subdivisions authorized to provide wildland fire protection within Oklahoma, with an emphasis on City, State, Rural, and Volunteer Fire Departments. Interested parties can contact Teihahnietuh McCargo at teihahnietuh.mccargo@bia.gov or (918) 614-1655 for further details.
    Automated Meter Reading/Customer Information Syste
    Buyer not available
    The Bureau of Indian Affairs, under the Department of the Interior, is seeking proposals for Automated Meter Reading and Customer Information Systems Contract Support Services, specifically set aside for Indian Small Business Economic Enterprises. The objective of this procurement is to enhance the Electric Utility Management System (EUMS) billing software by integrating an online customer web portal and improving system functionalities, including meter reading software management and customer information services. This contract, which spans one base year with four option years, emphasizes the importance of compliance with federal regulations and requires a minimum of 50% of the service portion to be performed by the prime contractor or similarly situated entities. Quotes are due by December 16, 2025, at 5:00 PM PST, and interested parties should direct inquiries and submissions to Melanie Schiaveto at melanie.schiaveto@bia.gov.
    R--FACE Program, Prekindergarten & Adult Education Se
    Buyer not available
    The Department of the Interior, specifically the Bureau of Indian Affairs, is seeking qualified contractors to provide Prekindergarten and Adult Education services under the FACE Program through Solicitation 140A2326Q0002. The procurement aims to deliver comprehensive technical assistance and programmatic support across approximately 55 sites in 14 states, focusing on school readiness, lifelong learning, and family engagement for American Indian families. This contract, valued at $6,324,577.00, is structured as a Firm-Fixed Price agreement with a base year and four option years, extending from March 1, 2026, to February 28, 2031. Interested parties must submit their proposals by December 8, 2025, and can direct inquiries to Michelle Nahlee-Marshalek at michelle.nahlee@bie.edu.
    Annual Fire Extinguisher Inspection and Systems Services for White Earth Health Center
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service (IHS), is seeking qualified contractors to provide annual fire extinguisher inspection and systems services for the White Earth Health Center and associated clinics in Minnesota. The procurement involves inspecting 116 fire extinguishers, one FM200 fire suppression system, and one CO2 fire suppression system across four health clinics located in Ogema, Mahnomen, Ponsford, and Naytahwaush. This opportunity is a 100% Small Business Set-Aside under NAICS Code 238220, with proposals due by December 10, 2025, at 2:00 PM CST, requiring detailed company information, pricing for a base year plus four option years, a technical capability statement, and past performance references. Interested parties can contact Winona Kitto at winona.kitto@ihs.gov or Jennifer Richardson at jennifer.richardson@ihs.gov for further details.
    R--Emergency Governor Evaluation for the Bureau of Indian Affairs
    Buyer not available
    The Department of the Interior, specifically the Bureau of Indian Affairs (BIA), is seeking small business sources for an Emergency Governor Evaluation at the Headgate Rock Hydro Electric Generation Station (HGR-EGS). The primary objective is to engage a Subject Matter Expert (SME) to evaluate and troubleshoot the hydraulic governor systems, which have faced catastrophic failures and performance issues, leading to increased operational costs for the Colorado River Indian Tribe (CRIT) reservation. This evaluation is critical for restoring reliable and economical power generation, ensuring the safe and consistent operation of the facility. Interested vendors must submit their responses by December 8, 2025, at 1:00 PM Eastern Prevailing Time, via email to David Boyd at DAVIDBOYD@IBC.DOI.GOV, adhering to the specified submission guidelines outlined in the attached Statement of Work (SOW).
    68--Propane for Cheyenne River Agency
    Buyer not available
    The Department of the Interior, specifically the Bureau of Indian Affairs, is seeking proposals for the procurement of 41,400 gallons of propane for the Cheyenne River Agency in South Dakota. This opportunity is set aside for Indian Economic Enterprises (IEEs) and requires the vendor to deliver propane on an as-needed basis, adhering to all relevant regulations and guidelines. The contract period is scheduled from December 15, 2025, to March 31, 2026, with quotes due by December 10, 2025, at 5:00 PM CST. Interested vendors can contact Crystal Keys at crystal.keys@bia.gov or by phone at 405-933-6016 for further information.
    68--Propane for Pine Ridge Agency
    Buyer not available
    The Department of the Interior, specifically the Bureau of Indian Affairs, is seeking qualified vendors to supply propane for the Pine Ridge Agency in South Dakota. The procurement involves delivering an estimated 120,000 gallons of propane to BIA-owned facilities for heating and emergency generators over a four-month period, from December 1, 2025, to March 31, 2026. This contract is crucial for ensuring reliable heating and emergency power supply in the region, with specific requirements including remote tank monitoring, emergency deliveries, and compliance with safety regulations. Interested vendors must submit their quotations by December 10, 2025, at 5:00 PM CST, and can contact Crystal Keys at crystal.keys@bia.gov or 405-933-6016 for further information.
    S--Deep Cleaning of Chief Ignacio Justice Center for
    Buyer not available
    The Department of the Interior, specifically the Bureau of Indian Affairs, is seeking qualified contractors to provide monthly deep cleaning services for the Chief Ignacio Justice Center located in Towaoc, Colorado. The procurement aims to maintain a safe, sanitized, and healthy environment in compliance with federal cleanliness standards and CDC guidelines for the 25,000 square foot facility, which includes offices, courtrooms, and holding cells. This contract is a Firm-Fixed-Price Purchase Order, set aside 100% for Small Businesses under NAICS code 561720 (Janitorial Services), with an anticipated performance period from January 5, 2026, to January 4, 2031, including a base year and four one-year options. Interested parties must submit their offers by December 26, 2025, at 5:00 PM PST, and can contact Brian Roberts at brian.roberts@bia.gov or 503-231-2279 for further information.
    BIA Exclusive Use Amphibious Single Engine Scooper
    Buyer not available
    The Department of the Interior is seeking proposals for exclusive use amphibious single-engine scooper flight services to support the Bureau of Indian Affairs (BIA) in Bemidji, Minnesota. The contract, identified by Solicitation Number 140D0425R0098, will provide essential aerial firefighting capabilities during a specified 60-day period each year from April 14 to June 12, spanning from 2026 to 2031. This procurement is critical for effective fire suppression efforts, requiring contractors to meet stringent aircraft specifications and personnel qualifications, including compliance with FAA regulations. Interested parties must submit their proposals by December 29, 2025, at 10:00 AM PST, with a maximum contract value of $10 million. For further inquiries, contact Shay Roadruck at shayroadruck@ibc.doi.gov or call 571-513-3226.
    Gallup Indian Medical Center (GIMC) Fire Alarm Upgrade – Construction (Gallup, NM)
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service (IHS), is soliciting proposals for the Gallup Indian Medical Center (GIMC) Fire Alarm Upgrade project located in Gallup, New Mexico. This construction project aims to redesign and install a new fire alarm system across multiple buildings within the medical center, ensuring compliance with NFPA codes and replacing an outdated system. The contract, valued between $1,000,000 and $5,000,000, is set aside exclusively for Indian Small Business Economic Enterprises (ISBEE) and has a performance period of 180 calendar days from the notice to proceed. Interested contractors must register in the System for Award Management (SAM) and can direct inquiries to Joshua VanSkike at joshua.vanskike@ihs.gov or by phone at 240-485-7526. Proposals must adhere to the guidelines outlined in the solicitation documents, with all relevant information available for download at the SAM website.