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
    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
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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
    J--GLBA CORRECT MEDIUM VOLTAGE DEFICIENCIES
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is seeking qualified small businesses to address medium voltage deficiencies at Glacier Bay National Park in Alaska. The project involves upgrading the electrical distribution system to correct code violations, enhance grounding and neutral systems, and replace outdated components, ensuring improved reliability and safety. This procurement is critical for maintaining the park's electrical infrastructure, which supports various operations and visitor services. Interested contractors must submit their quotes by December 17, 2025, with a performance period anticipated from September 24, 2025, to May 1, 2026. For further inquiries, contact Ronald Bunch at ronaldbunch@nps.gov or call 907-201-7719.
    Fire Alarm Suppression System Services for USCG Base New Orleans
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified vendors to provide fire alarm suppression system services at the Coast Guard Base in New Orleans, Louisiana. The procurement involves inspections and testing of fire protection systems in compliance with National Fire Protection Association (NFPA) standards, with a contract structured as a firm-fixed price purchase order awarded to the lowest bidder. This opportunity is set aside for small businesses and includes a one-year base period from January 1, 2026, to December 31, 2026, with four additional one-year option periods extending through December 31, 2030. Interested contractors must submit their quotes to Joel Ivy at joel.s.ivy@uscg.mil, ensuring they are registered in SAM.gov and comply with applicable wage determinations and federal regulations.
    Live Fire Service
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking small business contractors to provide live fire service inspections and maintenance for Structural Fire Training Facilities (SFTF) and Aircraft Fire Training Facilities (AFTF) at Joint Base San Antonio (JBSA). The procurement requires contractors to conduct annual and semi-annual inspections, ensure compliance with relevant safety standards, and perform general maintenance and repairs, including environmental compliance and safety measures. This opportunity is crucial for maintaining the operational readiness and safety of fire training facilities, which are essential for training personnel in emergency response. Interested small businesses must submit their responses by December 22, 2025, at 3:00 PM Central Time, and can direct inquiries to Laura Herring at laura.herring.2@us.af.mil or Brent Paul at brent.paul.1@us.af.mil.
    Solicitation of a Concession Business Opportunity to Operate Pack Station, Guided Trail Rides, and Other Services within Sequoia and Kings Canyon National Parks
    Interior, Department Of The
    The Department of the Interior, through the National Park Service (NPS), is soliciting proposals for a ten-year concession contract to operate a pack station, guided trail rides, and additional services within Sequoia and Kings Canyon National Parks. This opportunity aims to enhance visitor experiences by providing recreational services in these iconic national parks, which are vital for tourism and outdoor activities. Interested parties must submit a "Notice of Intent to Propose" by January 29, 2026, and electronic proposals are due by February 19, 2026, with inquiries directed to Mark Juretschke at markjuretschke@nps.gov by December 11, 2025.
    KBAR RANCH ASBESTOS and LEAD TESTING
    Interior, Department Of The
    The Department of the Interior, specifically the National Park Service, is seeking quotes for asbestos and lead testing services at the KBAR Ranch House and Garage located in Big Bend National Park, Texas. The project requires comprehensive surveys, sample collection, and laboratory analysis to identify asbestos-containing materials and lead concentrations, culminating in a detailed report with abatement recommendations. This procurement is critical for ensuring environmental safety and compliance with EPA, OSHA, NIOSH, and Texas state regulations. Quotes are due by December 18, 2025, at 2:00 PM ET, and must remain valid for 90 days, with the contract period of performance scheduled from December 29, 2025, to January 12, 2026. Interested parties can contact Brian Thornton at brianthornton@nps.gov or call 240-220-8104 for further information.
    C--PACIFIC AND INTERMOUNTAIN REGION IDIQ MULTI-DISCIPLINARY AE DESIGN SERVICES
    Interior, Department Of The
    The Department of the Interior, through the National Park Service (NPS), is seeking qualified architect-engineer firms to provide multi-disciplinary design services under a Multiple Award Indefinite Delivery, Indefinite Quantity (IDIQ) contract for the Pacific and Intermountain Regions. The procurement aims to gather market interest and qualifications from both large and small businesses for various architectural and engineering services, including historic structure preservation, accessibility upgrades, and infrastructure improvements. This initiative is crucial for maintaining and enhancing the NPS's facilities and services, ensuring compliance with federal standards and improving visitor experiences. Interested firms must demonstrate their capabilities and comply with federal subcontracting limitations, with responses due by January 16, 2026, at 2:00 PM Mountain Time. For further inquiries, contact Edwin Berry at edwinberry@contractor.nps.gov or call 303-969-2288.
    T--On-Call/Exclusive Use Unmanned Aircraft Systems (UAS) Emergency Fire Flight Ser
    Interior, Department Of The
    The Department of the Interior (DOI) is seeking proposals for on-call and/or exclusive use Unmanned Aircraft Systems (UAS) emergency fire flight services to support the Office of Aviation Services. This procurement aims to provide essential aerial support for fire management across the contiguous lower 48 states over a five-year ordering period. The successful contractor must be registered in the System for Award Management (SAM.gov) and comply with the requirements outlined in the solicitation, which is set aside for small businesses under NAICS code 541370. The anticipated solicitation issue date is January 5, 2026, with a closing date projected for February 4, 2026. For further inquiries, interested parties may contact Stephanie Boles at stephanieboles@ibc.doi.gov.
    Y--GLAC 318705 Replace Utility Systems - Construction
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting proposals for the "GLAC 318705 Replace Utility Systems - Construction" project at Glacier National Park, Montana. This project involves significant improvements to the St. Mary Water System, St. Mary Winter Septic System, and Two Medicine System, with a focus on replacing and upgrading essential utility infrastructure. The work is critical for maintaining the park's operational integrity and ensuring environmental compliance, with a total estimated contract value exceeding $10 million. Interested small businesses must submit their proposals by January 6, 2026, and can direct inquiries to Vicki Freese-Supler at vickilfreese-supler@nps.gov or call 720-402-8467.
    Air Station Detroit Fire Suppression System Inspection
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified vendors to provide inspection and testing services for the fire suppression system at Air Station Detroit, located at Selfridge ANGB in Michigan. The procurement involves a request for quotation (RFQ) for commercial services, focusing on the inspection of installed fire alarms and suppression systems in accordance with the attached Statement of Work (SOW). This opportunity is critical for ensuring the safety and operational readiness of fire control equipment, which plays a vital role in emergency response and safety protocols. Interested small businesses must submit their bids through the Unison Marketplace platform, with questions directed to Marketplace Support at marketplacesupport@unisonglobal.com or by calling 877-933-3243. The solicitation emphasizes a total small business set-aside and will utilize an online competitive reverse auction format to enhance vendor participation.
    J--LAKE25-101-CC LIFT STATION PUMP REPAIR
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting proposals for the repair of two lift station pumps at Lake Mead, Nevada, under solicitation number 140P8125Q0031. The project involves comprehensive maintenance tasks, including cleaning, disassembling, repairing broken components, and testing the pumps to ensure operational efficiency, with a performance period scheduled from July 8, 2025, to August 8, 2025. This initiative is crucial for maintaining essential infrastructure within national recreation areas, reflecting the government's commitment to operational readiness and support for small businesses. Interested contractors must submit their quotes electronically by June 6, 2025, and can direct inquiries to Maria Stubitz at CrisStubitz@nps.gov or by phone at 702-293-8940.