H--Fire Protection Sys Inspect/Test - 12 AK Parks
ID: 140P9725Q0013Type: Combined Synopsis/Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THENATIONAL PARK SERVICEALASKA REGIONAL OFFICE(97000)ANCHORAGE, AK, 99501, USA

NAICS

Building Inspection Services (541350)

PSC

INSPECTION- FIRE CONTROL EQUIPMENT (H312)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Mar 20, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 23, 2025, 12:00 AM UTC
  3. 3
    Due May 1, 2025, 9:00 PM UTC
Description

The Department of the Interior, specifically the National Park Service's Alaska Regional Office, is seeking qualified contractors to provide fire protection systems inspection and testing services across 12 national parks in Alaska. The primary objective of this procurement is to ensure that fire safety systems are operational and compliant with National Fire Protection Association (NFPA) standards, thereby enhancing public safety and emergency preparedness within these facilities. This contract, which is set aside for small businesses, will span until October 31, 2025, and includes requirements for annual inspections, immediate reporting of deficiencies, and coordination with monitoring services. Interested vendors must submit their proposals by May 1, 2025, and can direct inquiries to Ronald Bunch at ronald_bunch@nps.gov or by phone at 907-201-7719.

Point(s) of Contact
Files
Title
Posted
Apr 23, 2025, 9:08 PM UTC
The document outlines wage determinations under the Service Contract Act (SCA), specifically for contracts in Alaska. It establishes minimum wage requirements based on Executive Orders 14026 and 13658, which necessitate hourly wages of at least $17.75 or $13.30, depending on contract specifics. The document lists numerous occupational classifications along with corresponding wage rates for various roles, such as administrative support, automotive services, food preparation, and health occupations, across specific boroughs in Alaska. It outlines additional benefits required for workers, including health and welfare contributions, vacation entitlements, and paid sick leave as per Executive Order 13706. Moreover, it describes the process for requesting new classifications and wage rates for unlisted occupations, emphasizing compliance with labor standards. This wage determination is critical for contractors to ensure fair pay and legal adherence in federal, state, and local contracts, reflecting the government’s commitment to worker protection and fair labor practices.
Apr 23, 2025, 9:08 PM UTC
The document outlines Wage Determination No. 2015-5683 under the Service Contract Act, detailing wage and fringe benefit requirements for contracts awarded within specified dates and locations, particularly relating to federal contracts in Alaska's Fairbanks North area. It specifies minimum wage rates based on Executive Orders 14026 and 13658, mandating compensations of at least $17.75 or $13.30 per hour respectively, depending on contract dates. The wage determination includes specific rates for various occupational classifications and addresses fringe benefits including health insurance and paid leave, clarifying the obligations of contractors under federal law. Additional notes emphasize compliance and procedures for unlisted classifications, modifications, and wage differentials for hazardous work. This information is crucial for contractors engaging in service contract work, ensuring fair compensation and adherence to federal labor standards, thereby promoting worker equity and providing guidance on employee rights and contractor responsibilities in government contracts.
Apr 23, 2025, 9:08 PM UTC
The document outlines the Wage Determination No. 2015-5685 issued by the U.S. Department of Labor under the Service Contract Act, detailing minimum wage rates and fringe benefits for various occupations in Alaska's specified boroughs. It highlights that contracts executed on or after January 30, 2022, must comply with Executive Order 14026, mandating a minimum wage of $17.75 per hour for applicable workers. For contracts awarded between January 1, 2015, and January 29, 2022, the minimum wage is set at $13.30 per hour under Executive Order 13658, unless a higher wage is listed in the determination. The file lists numerous occupations and their corresponding wage rates and establishes guidelines for additional benefits, including health and welfare provisions, vacation, and paid sick leave under Executive Order 13706. Special rules apply to occupations with fewer than full-time hours or those requiring uniforms, ensuring compliance with wage determination obligations. The document serves as a critical resource for federal contractors to ensure adherence to labor regulations, emphasizing fair compensation and worker protection measures. Overall, it reflects the government's commitment to safeguarding labor rights in federal contracts while providing essential resources for compliance.
Apr 23, 2025, 9:08 PM UTC
The document outlines the Wage Determination No. 2015-5687 under the Service Contract Act (SCA) issued by the U.S. Department of Labor, detailing minimum wage rates for contractors in Alaska. Effective from revisions dated December 23, 2024, it states that for contracts initiated or extended after January 30, 2022, workers must be paid at least $17.75 per hour, in accordance with Executive Order 14026. For contracts awarded between January 1, 2015, and January 29, 2022, the required minimum is $13.30. Various occupations are listed alongside their corresponding wage rates, including clerical, automotive, healthcare, technical, and service positions. Fringe benefits such as health and welfare payments, vacation, and holidays are also mandated. Additionally, the document emphasizes compliance with paid sick leave provisions under Executive Order 13706. The SCA’s guidelines are crucial for ensuring fair pay and benefits for federal service contractors, contributing to worker protections nationwide. The extensive list of occupations and rates serves as a reference for compliance in federal grants and RFPs at various governmental levels.
Apr 23, 2025, 9:08 PM UTC
The contract outlined involves inspection, testing, and minimal maintenance of fire protection systems across 12 national parks in the Alaska Region of the National Park Service. Its primary goal is to ensure that the fire systems are in a state of readiness for emergencies. The contractor is responsible for providing necessary labor, tools, and management to conduct comprehensive assessments of varied fire suppression and alarm systems, adhering to updated National Fire Protection Association standards. The work includes annual inspections, immediate reporting of safety deficiencies, coordination with monitoring services, and documentation of findings. Additionally, qualified personnel with specific certifications and experience are required for effective execution. The contract spans from the award date until October 31, 2025, delineating inspection schedules and procedures, managing travel considerations, and mandated reporting protocols. Payments for services are structured based on completion milestones, ensuring transparency and systematized financial management. Overall, the document establishes clear specifications and expectations for maintaining fire safety across federal properties, reflecting the government’s commitment to compliance and public safety.
Apr 23, 2025, 9:08 PM UTC
The document provides a detailed overview of various safety and emergency systems required for federal and local facilities. It categorizes essential components, including electrical emergency lighting, generators, fire alarm systems, smoke alarms, fire suppression systems (such as fixed suppression and fire sprinkler systems), fire pump systems, and standpipe systems. Each system is described with specific attributes such as manufacturer details, model numbers, counts of components (e.g., detectors, suppression agents), and operational integration with other building systems. The purpose of this document aligns with government bids and grants, ensuring compliance with safety standards and regulations for public buildings. The format aids in the systematic assessment of safety installations, emphasizing the need for comprehensive maintenance and monitoring. Overall, this resource serves as a necessary reference for evaluating the safety infrastructure across government properties, ensuring that all systems are in place and functioning effectively to protect public safety and comply with federal mandates.
The document outlines a comprehensive assessment of various deficiencies and required repairs within park facilities, specifically focusing on fire safety and plumbing systems. Key findings from 2023 include issues with fire pump activation pressures, outdated gauges, corroded test cocks, leaks in backflow preventers, and inadequate antifreeze protection. Recommendations involve adjusting pressures, replacing faulty components, and ensuring compliance with fire safety standards. The assessment also highlights necessary improvements for fire alarm systems, like installing missing alarm bells and providing necessary tools for maintenance. The total projected cost for the identified deficiencies amounts to approximately $24,550. The findings emphasize the importance of maintaining safety standards for both building infrastructure and user safety in the park's operational environment, reflecting a commitment to compliance with national fire protection regulations and long-term operational reliability.
Apr 23, 2025, 9:08 PM UTC
The "Consolidation Structural Fire Asset Details" document outlines fire safety systems across various locations, primarily focusing on fire alarm signaling and suppression systems within government buildings. The document details the specifications, classifications, and quantities of each asset, including fire alarms, sprinkler systems, and fire pump systems, while categorizing them by location, such as Nome, Frontcountry, and Bartlett Cove. It also specifies maintenance requirements, including inspection timelines for specific assets as part of ongoing contracts for fiscal years 2025, 2026, and 2027. The primary purpose of this document is to provide a comprehensive inventory of fire safety assets, promoting compliance with safety standards and protocols, and ensuring the readiness of these systems for emergency situations. The precise descriptions serve as a guideline for potential contractors and government agencies to understand the necessary safety measures, operational requirements, and monitoring services in place across various facilities managed by different agencies. Overall, the document emphasizes the importance of maintaining effective fire protection systems within government facilities to safeguard both property and personnel.
Apr 23, 2025, 9:08 PM UTC
The Denali Coordination Requirements document outlines safety and operational protocols for contractor activities at Denali National Park & Preserve, focusing on fire protection systems. Key components include location details, contractor responsibilities, and work restrictions from May 15 to September 15, during standard hours. The document emphasizes the need for a Park Escort for coordination, particularly concerning fire alarm systems managed by the NPS Law Enforcement Ranger Division Communications Center (CommCenter). It mandates a 30-minute advance notification before any work affecting fire systems and requires a schedule for 24-hour notifications to residents regarding pending work. Contractors must ensure systematic inspections and testing of all buildings without needing return trips and include subcontractors in these processes. The document prioritizes safety, coordination with local volunteer fire departments, and adherence to emergency response protocols, ensuring minimal disruption to ongoing park activities. This structured approach reflects the government's commitment to maintaining safety standards while allowing necessary contractor services in a sensitive environmental context.
The document is an Inspection and Test Report for Backflow Prevention Devices fulfilled by the National Park Service. It serves to ensure that backflow preventers are properly maintained and tested to protect water supply from contamination. The report details critical information including device specifications (e.g., type, manufacturer, size), test results (e.g., pressure readings, leaks), and findings from both forward flow and main drain tests. It is structured to collect specifics about each device's installation, operation, and any deficiencies observed during inspection. The document highlights mandatory tests and required resolutions for any identified issues. This procedural documentation is vital for compliance with safety standards and helps to maintain the integrity of fire protection systems within the parks. The thoroughness of these inspections supports the overarching goal of safeguarding public health and environmental standards in government facilities.
Apr 23, 2025, 9:08 PM UTC
The inspection and test report for Clean Agent or CO2 Systems, as outlined by the National Park Service, aims to ensure the compliance and functional integrity of fire safety systems. Each system's details, including location, model, and quantity of components, are systematically documented. The report assesses various aspects of the system, including enclosure integrity, nozzle and piping conditions, cylinder integrity, detection and control measures, and operator training. Key points include a checklist assessing if deficiencies exist and whether they have been resolved according to NFPA standards. The evaluation covers the functionality of detection devices, alarm systems, and manual release mechanisms, ensuring all are operational and maintained appropriately. The report also specifies technical data regarding extinguishing agent cylinders, including pressure and weight details. This document is vital for managing fire safety within federal properties, reflecting the government’s commitment to maintaining safety standards. It serves as a formal record intended for property owners and responsible parties to address potential fire hazards effectively.
Apr 23, 2025, 9:08 PM UTC
This document is an Inspection and Test Report for a Dry Chemical Suppression System, utilized by the National Park Service. It outlines the essential components and functionality checks required for fire suppression systems, ensuring that they meet safety standards as per NFPA 17. The report begins with identifying the system's location, relevant details, and the technician responsible for the inspection. Key sections cover system coverage (adequate nozzles, proper positioning, and piping integrity), system controls (accessibility of controls, manual release stations), cylinders, and monitoring functionalities associated with alarm systems. Each item is checked for compliance, and deficiencies noted, with recommended resolutions linked to the NFPA regulations. The document emphasizes the importance of maintenance and operational testing of fire safety equipment in maintaining effective fire protection. This inspection is vital for federal, state, and local compliance, showcasing a commitment to safety standards in protected parks and areas.
Apr 23, 2025, 9:08 PM UTC
The document is an Inspection and Test Report for fire alarm systems utilized by the National Park Service, outlining procedures for inspection and functionality testing. Each form must be completed for individual fire alarm systems, detailing system types (addressable or conventional), testing dates, and location descriptions. Key components include the verification of battery and power operations, initiating and notification device functionality, and interface device checks. Deficiencies discovered during inspection must be documented along with recommended resolutions and specific references to NFPA 72 compliance. The report emphasizes the necessity for thorough testing of each component to ensure fire safety systems are fully operational and in adherence to established safety standards. Proper certification is required from trained technicians, as this report serves not only for maintenance records but also for compliance with safety regulations in federal and state contexts.
Apr 23, 2025, 9:08 PM UTC
This document serves as an inspection and test report for fire pump systems, mandated by the National Park Service. It requires separate forms for each system inspected, covering both residential and commercial fire pumps. Key components evaluated include the water storage tank, electric and diesel-driven pumps, pump controllers, flow tests, and transfer switch functionality. Each section contains yes/no checkboxes to confirm operational functionality or identify deficiencies, adhering to NFPA 20 and NFPA 25 standards. The report necessitates details such as pump make, model, and technician certifications, as well as measurement recordings for pressure and flow tests. Any deficiencies noted must be documented in the "Deficiencies" section, providing space for recommended resolutions and NFPA references. Overall, the main goal is to ensure that fire and life safety systems are inspected, tested, and certified properly, reflecting compliance with regulatory standards. This document underscores the importance of fire safety infrastructure in public facilities and aids in securing federal and state compliance through systematic evaluations of critical emergency systems.
Apr 23, 2025, 9:08 PM UTC
The National Park Service has conducted a comprehensive inspection and testing of fire sprinkler systems, adhering to NFPA 25 and NFPA 13 standards. The report documents key details including system type (dry pipe, wet pipe, preaction, or residential), inspection date and time, location, and technical specifications of the riser valve. It outlines critical safety checks, such as verifying adequate sprinkler coverage, unobstructed heads, proper piping, and operational alarms and supervisory devices. The document also records deficiencies, required repairs, flow test results, valve conditions, and compliance with antifreeze regulations. Proper maintenance, such as the testing of dry pipe systems and inspection of water storage tanks, is essential for safety and regulatory compliance. The summary emphasizes the maintenance and operational integrity of the fire sprinkler systems, which are vital for life safety in National Park facilities.
The document details an extensive inventory and inspection plan for fire safety systems across various buildings in multiple national parks and facilities. It outlines specifications for fire alarm signaling systems, fire sprinkler systems, and related fire suppression equipment. Each entry includes the geographic area, park system, FMSS location number, building size, asset descriptions, quantities, and notes for maintenance or inspections as part of the FY25 contract. Key details emphasize the need for regular inspections and compliance with safety regulations while ensuring operational readiness and effective emergency response. The overarching purpose is to ensure a comprehensive understanding of the fire safety infrastructure, enhance the preparedness of facilities, and facilitate the management of fire protection systems within the parks. This aligns with federal standards for public safety and property protection.
Apr 23, 2025, 9:08 PM UTC
The document addresses inquiries related to RFP 140P9725Q0013 Amendment 01 concerning fire protection engineering services for Denali and Glacier Bay National Parks. It emphasizes the requirement for a Fire Protection Engineer (FPE) to validate inspection reports based on NFPA Code references, ensuring thorough and independent evaluations of fire safety deficiencies. The engagement of a licensed Edwards System Technology (EST) distributor for installations and inspections at the parks is mandated due to prior issues with non-EST inspections yielding insufficient detail in deficiency documentation. While obtaining precise counts for fire system devices is challenging due to the remote locations of the buildings, the amendment includes an additional column estimating square footage to aid vendors in forecasting devices quantitatively when preparing bids. Overall, the document outlines necessary qualifications and expectations for contractors involved in fire safety inspections and assessments, reflecting the project's commitment to compliance and safety standards in federal park services.
Apr 23, 2025, 9:08 PM UTC
The document outlines a contract for inspection and testing services of fire protection systems in the Alaska Region of the National Park Service. The goal is to ensure these systems are ready in case of emergencies, adhering to standards set forth by the National Fire Protection Association and various codes. The contractor is responsible for labor, materials, and equipment needed for inspections across 12 national parks, comprising roughly 172 facilities equipped with various fire alarm and suppression systems. Key tasks include annual inspections, maintenance of alarm systems, addressing minor repairs during visits, and immediate reporting of safety deficiencies. Specific schedules and transport arrangements for operations in different parks are established, along with a framework for potential travel delays due to weather. The document details qualifications required for technicians, mandates independent reviews of inspection reports, and emphasizes strict adherence to safety and compliance standards. The contract spans multiple years with options for renewal. Each year includes a defined inspection schedule and report submission, ensuring ongoing oversight and management of fire safety systems within National Park facilities. This contract reflects a commitment to maintaining public safety through proactive fire safety management in federally managed park lands.
Apr 23, 2025, 9:08 PM UTC
This document is an amendment to solicitation 140P9725Q0013, primarily issued by the National Park Service's Alaska Regional Office. The amendment aims to revise the required scope of service, notably to add minor maintenance provisions, and update the Fire Asset Inventory List by removing references to specific inspections for fiscal year 2027. Additionally, it includes a section for Questions & Answers, and extends the open period for the Request for Quotation (RFQ) until April 24, 2025, at 5:00 PM EDT. Contractors must acknowledge receipt of this amendment to avoid offer rejection, with several options available for acknowledgment, including electronic communication. The changes do not alter any other terms and conditions of the original solicitation. The contracting officer responsible for this document is Ronald Bunch, and all communications should be directed to him. This amendment reflects administrative changes as authorized under the Federal Acquisition Regulation (FAR), ensuring clarity among potential contractors regarding the updated project requirements.
Apr 23, 2025, 9:08 PM UTC
The document outlines Amendment 02 for solicitation number 140P9725Q0013, issued by the National Park Service’s Alaska Regional Office. The primary purpose of this amendment is to extend the closing date for submission of offers to May 1, 2025. It details the acknowledgment process for recipients, which must confirm receipt of the amendment through specified means before the new deadline. Additional terms and conditions remain unchanged. It also includes contact information for the contracting officer, Ron Bunch, and clarifies that modifications in contracts and orders must adhere to certain authorities. Overall, the amendment serves as an administrative update to the solicitation process, reinforcing the importance of timely acknowledgment by contractors.
Apr 23, 2025, 9:08 PM UTC
The document outlines Request for Quotation (RFQ) 140P9725Q0013, issued by the National Park Service (NPS) for fire protection systems inspection and testing services in 12 Alaskan National Parks. It is a total small business set aside, and the solicitation aims to establish a firm fixed-price contract for these services, slated for completion by October 31, 2025. The RFQ opens for submissions from March 20, 2025, to April 14, 2025, with inquiries accepted until April 9, 2025. Proposals must include detailed project narratives, prior experience, vendor information, and pricing. Compliance with the Service Contract Act wage determinations is required, and vendors must be registered in the System for Award Management (SAM). Key evaluation criteria for bids include technical capability, relevant prior experience, and total pricing, with awards based on the best value to the government. Additionally, various federal acquisition regulations (FAR) and specific clauses are incorporated to ensure compliance with government procurement policies, emphasizing transparency and accountability. This RFQ represents the government's commitment to maintaining safety standards across national parks while promoting small business participation in federal contracting opportunities.
Lifecycle
Title
Type
Combined Synopsis/Solicitation
Similar Opportunities
FIRE SUPPRESSION SYSTEM CODE CORRECTION - ANCHORAG
Buyer not available
The National Park Service (NPS) is soliciting bids for a firm-fixed-price contract focused on Fire Suppression System Code Corrections at the Alaska Regional Office in Anchorage, Alaska. This project aims to modify the existing wet pipe sprinkler system to meet updated safety standards and accommodate high-density mobile shelving, ensuring the protection of important curatorial items. The contract, set aside exclusively for small businesses, has a magnitude between $25,000 and $100,000, with a performance period from June 2, 2025, to August 15, 2025. Interested vendors must submit sealed quotes by May 26, 2025, and can direct inquiries to Ronald Bunch at ronaldbunch@nps.gov or by phone at 907-201-7719.
S--CO ROCKY MTN ARSNL NWR BPA for monitoring, inspect
Buyer not available
The U.S. Department of the Interior, through the U.S. Fish and Wildlife Service, is seeking qualified small businesses to establish a Blanket Purchase Agreement (BPA) for the monitoring, inspection, and service of fire alarm systems at the Rocky Mountain Arsenal National Wildlife Refuge in Colorado. The contractor will be responsible for providing 24/7 monitoring, annual inspections compliant with NFPA 25 standards, and general maintenance of fire alarm systems across various refuge locations, ensuring compliance with safety regulations and effective emergency response protocols. This procurement emphasizes the importance of maintaining safety standards in federally protected wildlife areas, with a total funding amount not to exceed $250,000 over a five-year period from June 2, 2025, to June 1, 2030. Interested vendors should contact Caleb Kindsvater at calebkindsvater@fws.gov or 303-236-4334 for further details and must submit their proposals by the specified deadline to be considered.
NEPE FIRE SUPPRESSION SYSTEM REPAIR
Buyer not available
The Department of the Interior, specifically the National Park Service, is soliciting proposals for the repair of the fire suppression system at Nez Perce National Historical Park in Lapwai, Idaho. The project involves replacing a failed jockey pump and associated components to ensure the system maintains adequate pressure for the protection of property, human life, and a significant museum collection. This initiative is crucial for upholding safety protocols and preserving historical assets within the park environment. Interested small businesses must submit their quotes by May 8, 2025, and are encouraged to demonstrate relevant experience through past performance references, with the contract expected to be awarded based on price, technical capability, and compliance with federal regulations. For further inquiries, potential bidders can contact Michael Abner at michaelabner@nps.gov.
UPGRADE FWA AFS KITCHEN FIRE SUPPRESSION
Buyer not available
The Department of the Interior, specifically the Bureau of Land Management's Alaska Fire Service, is soliciting proposals for the upgrade of the kitchen fire suppression system at Fort Wainwright, Alaska. This project aims to enhance safety by installing a modern wet chemical extinguishing system in compliance with UL-300, NFPA 17A, and NFPA 96 standards, necessitated by the transition to vegetable oils in food preparation. The procurement emphasizes the importance of effective fire safety measures in public cooking facilities, with proposals due by April 30, 2025, at 4:00 PM Alaska Daylight Time. Interested contractors must ensure compliance with federal acquisition regulations and are encouraged to contact Michael Stewart at mlstewart@blm.gov or 907-356-5774 for further details.
J--Repair of Fire Suppression at Yosemite Residences
Buyer not available
The Department of the Interior, through the National Park Service, is seeking a contractor to perform repairs on the fire suppression systems at residences within Yosemite National Park. The project involves a firm fixed-price contract to address deficiencies identified during annual testing, including reconfiguring sprinkler layouts and replacing specific sprinkler heads, while ensuring compliance with National Fire Protection Association standards. This procurement is crucial for maintaining safety and compliance in park facilities, with an estimated construction magnitude between $100,000 and $250,000. Interested small businesses must have an active SAM registration and are encouraged to direct inquiries to Timothy Modjeski at Modjeski, Timothy, via email at TimModjeski@nps.gov or by phone at 303-819-9916. The RFQ is expected to be available electronically on or around May 5, 2025, with proposals due 30 days after issuance.
42--INSTALL FIRE SUPPRESSION SYSTEM, ANJO
Buyer not available
The Department of the Interior, through the National Park Service, is soliciting bids for the installation of a fire suppression system at the Andrew Johnson National Historic Site in Greeneville, Tennessee. The project involves implementing a hydraulically designed double interlock preaction sprinkler system and a comprehensive fire alarm setup, ensuring compliance with NFPA 13 standards while preserving the historic integrity of the site. This initiative underscores the federal government's commitment to enhancing safety infrastructure at historical locations, with an estimated contract value between $250,000 and $500,000 and a performance period from July 1, 2025, to September 1, 2025. Interested small businesses must submit their firm-fixed price quotes by May 9, 2025, and can direct inquiries to Marilia Mateo at mariliamateo@nps.gov.
N--FIRE AND SECURITY SYSTEM AT TIMU
Buyer not available
The Department of the Interior, through the National Park Service, is soliciting proposals for the removal and replacement of fire and security systems at the Timucuan Ecological and Historical Preserve in Jacksonville, Florida. This project aims to install a modern, networked fire alarm and security system across several historical buildings, necessitating careful preservation measures due to the site's significance. The contract, set aside for Service-Disabled Veteran-Owned Small Businesses, has an estimated budget between $500,000 and $1,000,000, with proposals due by May 2, 2025, at 1:00 p.m. ET. Interested contractors should contact William Vazquez at WilliamVazquez@nps.gov or 470-819-0934 for further details.
Z--INDU Fire and Intrusion Alarms Replacement
Buyer not available
The Department of the Interior, through the National Park Service, is preparing to issue an Invitation for Bid (IFB) for the Fire and Intrusion Alarms Replacement project at Indiana Dunes National Park in Porter, IN. This project involves the removal of existing fire and intrusion systems, installation of new systems, and necessary maintenance work across multiple buildings within the park. The contract, which is set aside exclusively for small businesses, is expected to be awarded by early summer 2025, with a project magnitude between $1 million and $5 million. Interested contractors should prepare to register in the System for Award Management (SAM) and are encouraged to attend a site visit, the details of which will be announced in the solicitation expected to be released in March/April 2025. For further inquiries, contact Colette Riegelmayer at coletteriegelmayer@nps.gov or 330-631-8990.
N--GAAR HEATING SYSTEM REPLACEMENT BETTLES VISITOR CE
Buyer not available
The Department of the Interior, through the National Park Service, is soliciting bids for the replacement of the heating system at the Bettles Visitor Center within the Gates of the Arctic National Park and Preserve in Alaska. The project involves removing outdated equipment and installing new systems, including a boiler and heat recovery ventilator, to enhance operational efficiency and comply with safety and environmental standards. This initiative is crucial for maintaining modern visitor facilities in a remote wilderness area, ensuring both functionality and ecological integrity. Interested small businesses must submit proposals by April 28, 2025, with a contract value estimated between $100,000 and $250,000, and the performance period set from July 1, 2025, to October 31, 2025. For further inquiries, contact Janet Milson at janetmilson@nps.gov or call 907-201-2581.
Fire Suppression System Repairs, Congaree
Buyer not available
The Department of the Interior, through the National Park Service, is soliciting proposals for fire suppression system repairs at Congaree National Park in South Carolina. The project involves repairing and replacing the fire pump and diesel engine to comply with national and local codes, and it is set aside for Indian Small Business Economic Enterprises (ISBEE). This procurement is crucial for maintaining safety standards within the park, ensuring effective fire protection measures are in place. Interested contractors should note that the estimated project value ranges from $100,000 to $250,000, with a performance period from June 2, 2025, to December 1, 2025. For inquiries, potential bidders can contact Yanick Bard at YanickBard@nps.gov or by phone at 404-507-5743.