NPS - Fire & Intrusion Monitoring Services, George
ID: 140D0426Q0030Type: Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THEDEPARTMENTAL OFFICESIBC ACQ SVCS DIRECTORATE (00004)HERNDON, VA, 20170, 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 Department of the Interior, through the Acquisition Services Directorate, is soliciting quotes for fire alarm (FA) and intrusion detection (ID) system maintenance services for the National Park Service's George Washington Memorial Parkway. The procurement aims to ensure that existing fire alarm and intrusion detection systems are maintained in optimal condition, free from errors or malfunctions, and includes 24-hour monitoring services. This opportunity is particularly significant as it supports the safety and security of various facilities within the parkway, requiring contractors to provide qualified personnel and adhere to strict safety protocols. Interested small businesses must submit their quotes by December 5, 2025, with all inquiries directed to Robert Staats at robert_staats@ibc.doi.gov or by phone at 208-207-7391.

    Point(s) of Contact
    Files
    Title
    Posted
    The Department of the Interior (DOI), through its Interior Business Center (IBC), is issuing a Request for Quote (RFQ) for a Firm-Fixed-Price (FFP) contract for fire alarm (FA) and intrusion detection (ID) system maintenance for the National Park Service (NPS) George Washington Memorial Parkway (GWMP). This 100% Small Business Set-Aside contract will have a one-year base period and four one-year option periods, totaling five years. The contractor will be responsible for maintaining existing systems, rectifying deficiencies, and providing 24/7 monitoring. Proposals must include separate technical and price quotes, with the technical submission addressing approach, capabilities, team experience, project schedule, and quality control. Award will be based on a best value-trade off, where non-price factors are significantly more important than price. Quotes are due by November 26, 2025.
    The Department of the Interior (DOI), through its Interior Business Center (IBC), Acquisition Services Directorate (AQD), on behalf of the National Park Service (NPS), George Washington Memorial Parkway (GWMP), is issuing a Request for Quote (RFQ) for a Firm-Fixed-Price (FFP) contract. This contract, set aside for small businesses, is for the maintenance of existing fire alarm (FA) and intrusion detection (ID) systems. The period of performance is one base year with four one-year option periods, totaling five years. The contractor will be responsible for providing all necessary personnel, equipment, and services to ensure the systems are free from errors and malfunctions, rectify existing deficiencies, and provide 24-hour fire monitoring. Technical submissions will be evaluated on understanding of the work, problem-solving abilities, and logistics, while price will be assessed for reasonableness. Past performance will be evaluated on an acceptable/unacceptable basis. The award will be based on a best value trade-off, with non-price factors being significantly more important than price. Quotations are due by December 5, 2025.
    Solicitation 140D0426Q0030, a Request for Quotes (RFQ) for the National Park Service (NPS) George Washington Memorial Parkway, has been amended. The RFQ is for the maintenance of existing fire alarm (FA) and intrusion detection (ID) systems. The amendment extends the quote submission deadline from November 24, 2025, to November 26, 2025, by 1200hrs Eastern Standard Time. Additionally, a site visit is scheduled for November 21, 2025, at 07:00hrs Eastern Standard Time. Interested parties must notify the Contracting Officer, Morgan Schickler, via email at morgan_schickler@ibc.doi.gov to join the site visit. All other terms and conditions of the solicitation remain unchanged.
    This document is an amendment to Solicitation 140D0426Q0030, a Request for Quotes (RFQ) issued by the Acquisition Services Directorate on behalf of the National Park Service (NPS) George Washington Memorial Parkway. The RFQ seeks services for maintaining existing fire alarm (FA) and intrusion detection (ID) systems to ensure they are free from errors or malfunctions. This amendment specifically extends the deadline for submitting quotes from November 26, 2025, to December 5, 2025, by 1200 hrs Eastern Standard Time. All other terms and conditions of the original solicitation remain unchanged.
    The Department of the Interior (DOI) is soliciting quotes for fire alarm (FA) and intrusion detection (ID) system maintenance for the National Park Service's (NPS) George Washington Memorial Parkway (GWMP). This 100% Small Business Set-Aside Request for Quote (RFQ) seeks a Firm-Fixed-Price (FFP) contract for a one-year base period and four one-year option periods. The contractor will maintain existing systems, rectify deficiencies, and ensure 24/7 protection across various GWMP facilities. Key requirements include NICET Level II certified technicians for FA systems and valid state licenses for ID systems, adherence to safety protocols, and a detailed quality control program. Quotes will be evaluated based on technical approach, past performance, and price, with non-price factors being significantly more important.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Smoke Alarms
    Buyer not available
    The U.S. Department of State (DOS) is seeking industry input for a potential Blanket Purchase Agreement (BPA) to procure smoke alarms for U.S. Diplomatic Missions located overseas. The procurement aims to ensure compliance with safety standards, including UL217, CSFM, NFPA 72, NFPA 101, and ICC codes, and requires that all equipment be supplied from a single manufacturer (BRK) within fifteen business days of receiving a purchase order. This initiative is critical for maintaining fire safety in diplomatic facilities, and interested vendors are encouraged to submit their capabilities and relevant experience by December 9, 2025, at Noon (EST) to Theresa Hunt at huntt@state.gov.
    LIFE SAFETY SYSTEMS MAINTENANCE
    Buyer not available
    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.
    BPA - Alarm, Signal and Security Detection Systems PSC 6350
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center Indian Head Division (NSWC IHD), is seeking to establish Blanket Purchase Agreements (BPAs) for Alarm, Signal, and Security Detection Systems under PSC Code 6350 and NAICS Code 334290. The procurement aims to engage small businesses that can provide standard commercial supplies and services at competitive prices, with BPA calls not exceeding the Simplified Acquisition Threshold, allowing for competition at the call level. These systems are critical for enhancing security measures and operational safety within military installations. Interested vendors must submit their documentation, including past performance references, by April 30 for June awards or October 31 for December awards, and can contact Barbara Grinder at barbara.j.grinder.civ@us.navy.mil for further information.
    FIRE TRUCK MAINTENANCE
    Buyer not available
    The Department of Defense, specifically the Army's Mission and Installation Contracting Command at Fort Belvoir, is seeking responses from qualified small businesses for fire truck maintenance services at Joint Base Myer-Henderson Hall (JBMHH). The procurement involves providing comprehensive maintenance, including annual preventive services, warranty repairs, and technical support for various fire emergency vehicles, particularly those manufactured by Pierce Manufacturing, Inc. This contract will be structured as a Firm-Fixed Price Blanket Purchase Agreement with a base year and four option years, emphasizing the importance of adhering to federal standards and maintaining qualified personnel. Interested contractors must submit their responses by September 5, 2025, at 12:00 p.m. Eastern Time, to the primary contacts, Donald Randles and Denese Y. Henson, via email.
    J063, Panic and Intrusion Alarm Replacement and Monitoring, Various Clinics - Portland Veterans Affairs Healthcare System, Dept of Veterans Affairs
    Buyer not available
    The Department of Veterans Affairs is seeking qualified contractors to provide panic and intrusion alarm replacement and monitoring services for various clinics within the Portland Veterans Affairs Healthcare System. The procurement involves the removal, installation, and testing of new security components, including keypads, panels, motion sensors, and wireless panic alarms, across six specified locations in Oregon, with a requirement for 24/7 alarm monitoring and rapid response to repair requests. This initiative is critical for enhancing the security infrastructure of VA facilities, ensuring the safety of veterans and staff. Interested parties must respond to the Sources Sought Notice by emailing Danielle Carrico at danielle.carrico@va.gov no later than September 26, 2025, at 5 PM PT, providing necessary company information and capability statements.
    Upgrade Fire Detection System at FCI Phoenix
    Buyer not available
    The Department of Justice, through the Federal Bureau of Prisons, is soliciting bids for the upgrade of the fire detection system at the Federal Correctional Institution (FCI) in Phoenix, Arizona. The project entails the installation of a new addressable fire alarm system across all buildings, including the integration of various safety features such as manual pull stations, automatic detectors, and connections to existing mechanical and fire suppression systems. This upgrade is crucial for enhancing safety protocols within the facility, ensuring compliance with federal regulations, and safeguarding personnel and inmates. Interested contractors must be registered as small businesses in SAM.gov under NAICS code 238210, with bids due by December 16, 2025, at 11:00 A.M. MST. For further inquiries, contact Alex Jackson at a4jackson@bop.gov or 202-578-9940.
    J--Helicopter maintenance services
    Buyer not available
    The Department of the Interior, through the Interior Business Center (IBC), is seeking qualified contractors to provide helicopter maintenance services for Government-owned aircraft supporting the U.S. Park Police in Washington, DC. The procurement will result in a single-award Indefinite Delivery, Indefinite Quantity (IDIQ) contract, covering a five-year ordering period from April 1, 2026, to March 31, 2031, with a potential six-month extension. These services are critical for ensuring the operational readiness and safety of the aircraft, encompassing scheduled and unscheduled maintenance, inspections, repairs, painting, engineering services, parts manufacturing, and overhauls of airframes and engines. Interested parties should note that the anticipated solicitation release date is December 19, 2025, with proposals due by January 19, 2026, and must be registered in SAM.gov to participate in this full and open competition under NAICS code 488190. For further inquiries, contact Justin Kondeff at justinkondeff@ibc.doi.gov.
    EAR048 Repair Site Fire Alarm System
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking contractors for the EAR048 Repair Site Fire Alarm System project at Eareckson Air Station on Shemya Island, Alaska. This procurement involves a Firm Fixed Price (FFP) Design-Bid-Build (DBB) construction contract aimed at replacing outdated fire alarm systems across 44 buildings on the installation, ensuring compliance with UFC 3-600-01 Fire Protection Engineering standards. The project includes the demolition and replacement of existing systems, construction of two Monaco D-21 receiving stations, and installation of outside plant fiber optic cabling to facilitate communication for fire alarm signals. Interested parties can contact Michelle Nelsen at michelle.nelsen@usace.army.mil or by phone at 907-753-2527 for further details.
    Repair Fire Alarm | Wilkes-Barre VAMC
    Buyer not available
    The Department of Veterans Affairs is seeking contractors to perform repair services on the fire alarm system at the Wilkes-Barre Veterans Affairs Medical Center (VAMC) in Pennsylvania. This procurement is aimed at ensuring the functionality and safety of fire control equipment, which is critical for maintaining a secure environment for veterans and staff. The opportunity is part of a limited sources justification process, and interested parties can reach out to Nicholas Guzenski at nicholas.guzenski@va.gov or by phone at 570-824-3521 x24886 for further details. The notice is posted in compliance with FAR 5.301(a)(2)(i), and additional information can be found in the attached Limited Sources Justification document.
    Y1DA--519-24-400-NRM Install Fire Alarm Bldg. 25
    Buyer not available
    The Department of Veterans Affairs is soliciting quotes for a construction project to install a new fire alarm system in Building 25 at the West Texas Veterans Affairs Healthcare System in Big Spring, TX. The project involves replacing the existing Honeywell fire alarm system with a Siemens system to ensure compatibility with the main Siemens infrastructure in Building 24, and is designated as a 100% Service-Disabled Veteran Owned Small Business (SDVOSB) set-aside. This upgrade is critical for maintaining a unified and reliable fire safety system across the campus, enhancing safety for patients and staff. Interested contractors must submit their quotes electronically to Eileen Myers by January 2, 2026, at 10:00 AM CST, with the estimated contract value between $250,000 and $500,000.