N--FIRE AND SECURITY SYSTEM AT TIMU
ID: 140P5425R0001Type: Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THENATIONAL PARK SERVICESER SOUTH MABO (54000)HOMESTEAD, FL, 33034, USA

NAICS

Security Systems Services (except Locksmiths) (561621)

PSC

INSTALLATION OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS (N063)

Set Aside

Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14) (SDVOSBC)
Timeline
    Description

    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 William_Vazquez@nps.gov or 470-819-0934 for further details.

    Point(s) of Contact
    Files
    Title
    Posted
    The document details the floor plan and functional layout of the Timucuan Ecological and Historic Preserve's facility, which includes multiple designated areas such as offices, restrooms, storage spaces, a library, meeting rooms, and public utilities. The layout features specific rooms for important operations including telework and ranger activities, with provisions for visitor services through a bookstore and public restrooms. Several offices are designated for personnel, highlighting the site's organizational structure for managing both ecological and historical preservation initiatives. The presence of various storage facilities, utility rooms, and maintenance offices underscores the operational needs essential for effectively running the preserve. The document serves as a foundational reference for stakeholders, potentially informing future RFPs or grant applications related to the enhancement or maintenance of these facilities. It illustrates a comprehensive approach to facility management within state and local government programs aimed at preserving ecological and historical resources while accommodating public engagement and operational efficiency.
    The document outlines the project specifications for the removal and replacement of the fire and security system at Timucuan Ecological & Historical Preserve in Jacksonville, Florida. The project aims to install a modern, networked fire alarm and security system in several historical buildings, which requires careful preservation measures due to their significance. Key sections detail project management procedures, contractor responsibilities, compliance with safety and historic preservation requirements, and coordination with ongoing government operations. The contractor is expected to cooperate with existing contractors, ensure public safety during construction, manage environmental impacts, and provide necessary documentation and training upon project completion. The project will follow established timelines, with a focus on maintaining the site's accessibility and safeguarding its natural features. Overall, this initiative emphasizes modernizing critical infrastructure while preserving the cultural and historical integrity of the site, aligning with government regulations for federal RFPs and grants.
    This document outlines the wage determination for building construction projects in Duval County, Florida, under the Davis-Bacon Act, detailing minimum wage rates and contractor obligations. Effective from March 14, 2025, the minimum wage varies based on the contract's initiation or extension date. Contracts awarded after January 30, 2022, mandate a pay rate of at least $17.75 per hour, while those from January 1, 2015, to January 29, 2022, require $13.30 per hour, reflecting adjustments mandated by Executive Orders 14026 and 13658. Additional labor classifications with their corresponding wages and fringe benefits are provided for various roles including carpenters, electricians, and operators, emphasizing specific rates for union and non-union labor. Furthermore, the document describes the processes for petitioning wage determination appeals and provides contact details for relevant Department of Labor divisions. It illustrates compliance requirements for contractors regarding paid sick leave under Executive Order 13706 and outlines that necessary work classifications not listed may be added through a conformance request after contract award. This information is essential for prospective contractors in preparing RFP bids and ensuring adherence to labor standards in government-funded construction projects.
    The Past Performance Questionnaire is an essential part of the proposal process for the National Park Service concerning the removal and replacement of fire and security systems at the Timucuan Ecological and Historical Preserve, referenced as Solicitation Number 140P5425R0001. This document requests feedback from a designated reference regarding the contractor's past performance on similar contracts. The questionnaire requires detailed input on contract specifics, including contract value, period of performance, and a description of items provided. Evaluators must assess the contractor’s performance in areas such as timeliness, quality of work, and overall performance, using a rating scale from "Exceptional" to "Unsatisfactory." Comments and narratives accompanying ratings are encouraged for detail. The completed evaluation must be emailed to the contracting officer by April 1, 2025, at 1:00 p.m. ET, ensuring it is submitted from an official email account. This process reflects the National Park Service's commitment to quality and accountability in contractor performance for federal projects.
    The document outlines the project to replace fire and security systems at various buildings within the Timucuan Ecological & Historical Preserve, under contract number 140P5425R0001. Key details include the involvement of the Regional Fire Marshal as the Authority Having Jurisdiction, with an anticipated completion period of 120 calendar days. The project will implement a complete, networked analog/addressable fire alarm system and a security system, necessitating the demolition of existing infrastructure. It specifically details which buildings will receive new systems, emphasizing awareness of the historic nature of several structures, thus requiring preservation precautions. There are inquiries regarding existing drawings, electrical capacity for new installations, and the functionalities of the new fire alarm systems, including necessary cellular communication for system monitoring. Overall, the document serves to clarify project specifications, expectations, and requirements in preparation for contractor bidding, ensuring compliance with local codes and the effective modernization of safety systems across multiple historical buildings.
    The document outlines an amendment to solicitation number 140P5425R0001, detailing essential procedures for contractors to acknowledge the amendment in their offers. The amendment includes a Questions and Answers document to clarify previous inquiries related to the solicitation. The timeline for the project's performance is specified, spanning from May 14, 2025, to September 11, 2025. It emphasizes the need for acknowledgment of the amendment by contractors through designated methods, including electronic communication or letters, before the specified deadline to avoid rejection of offers. The amendment modifies the existing contract but does not change any other terms or conditions. The document is signed by the contracting officer, William Vazquez, indicating official recognition of these changes. Overall, the purpose of this amendment is to ensure clarity and to maintain the integrity of the procurement process in line with federal contracting regulations.
    The document outlines a solicitation by the National Park Service (NPS) for proposals to remove and replace fire and security systems at the Timucuan Ecological and Historical Preserve, identified by Solicitation #: 140P5425R0001, issued on April 02, 2025. It is specifically set aside for Service-Disabled Veteran-Owned Small Businesses, emphasizing that contractors must possess this designation in their SAM.gov registration. Proposals are due by May 02, 2025, at 1:00 p.m. ET, with a proposal submission required via email. Key project details include a performance period from May 14, 2025, to September 11, 2025, and a project budget estimated between $500,000 and $1,000,000. Contractors must submit a signed SF-1442 form, technical proposal, past performance questionnaires, and cost proposal. A site visit is scheduled for April 14, 2025. The document details bonding requirements, safety regulations, and compliance with several federal laws, emphasizing the necessity for high-quality workmanship and adherence to timelines. This solicitation is part of the federal bid process aimed at enhancing government infrastructure while promoting small business participation, ensuring safety and adherence to strict compliance measures throughout the contract's duration.
    The Department of the Interior-National Park Service (NPS) plans to issue a Request for Proposals (RFP) for a firm fixed-price contract aimed at removing and replacing fire and security systems at the Timucuan Ecological & Historical Preserve in Jacksonville, FL. The project entails providing labor, materials, and equipment to install a new, networked analog fire alarm and security system in compliance with specifics outlined in the solicitation. This contract will be set aside for Service-Disabled Veteran-Owned Small Business. The relevant NAICS code is 561621, with a business size limit of $25 million. The solicitation and bid documents are expected to be available on SAM.gov around April 2, 2025, and interested contractors must register in the System for Award Management (SAM) to participate. A site visit will be scheduled, and attendance is strongly recommended. Contractors are cautioned that obtaining or missing amendments is their responsibility, as failure to comply may result in proposal rejection. No telephone bids will be accepted, emphasizing the need for proper adherence to submission guidelines.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Replace Fire Alarm System for Buildings 15, 65, 68, 88, 90, & 93
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors to replace the obsolete fire alarm systems in multiple buildings at the Central Alabama Veterans Health Care System located in Tuskegee, Alabama. This project aims to address significant safety risks posed by the current outdated systems, which include an antiquated fiber optic network and lack of campus-wide voice/alarm functionality, with an estimated contract value between $10,000,000 and $20,000,000 and a completion period of 365 days. The procurement is a 100% Set-Aside for certified Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), and interested contractors must be SBA-certified and registered in SAM. The solicitation (36C24726R0028) is expected to be posted around January 31, 2026, and for further inquiries, potential bidders can contact Kimberly D Devlin at kimberly.devlin@va.gov or Joyce Powers at joyce.powers1@va.gov.
    Z--FODO 253278 - Fort Donelson VC Rehabilitation
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting proposals for the rehabilitation of the Visitor Center at Fort Donelson National Battlefield in Dover, Tennessee. The project encompasses a comprehensive renovation, including the addition of a three-story glass and steel structure with an elevator, restoration of historical details, and upgrades to infrastructure systems, all while ensuring compliance with various safety and accessibility standards. This significant undertaking, with an estimated construction value between $1,000,000 and $5,000,000, is crucial for enhancing visitor facilities and preserving the site's historical integrity. Interested contractors must submit their proposals by December 17, 2025, and can direct inquiries to John Babcock at johnbabcock@nps.gov or by phone at 303-969-2626.
    Everglades National Park, Flamingo Marina Bulkhead Rehabilitation Monroe County, Florida
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting proposals for the rehabilitation of the Flamingo Marina bulkhead in Everglades National Park, Monroe County, Florida. The project entails the removal of existing concrete structures, installation of new steel sheet pile bulkheads, and various mechanical, plumbing, and electrical upgrades across four marina basins, while adhering to strict environmental protections due to the presence of federally protected species. This construction initiative, valued between $25 million and $100 million, is set to be awarded as a Firm-Fixed-Price contract, with a performance period of 1,350 calendar days from the Notice to Proceed. Interested vendors must register on the SAM.gov website and submit proposals electronically via the Procurement Integrated Enterprise Environment (PIEE) by the specified deadlines, with inquiries directed to Ireishal Adams at Ireishal.C.Adams@usace.army.mil or William Wallace at William.J.Wallace@usace.army.mil.
    Y--CASA 324271, Castillo de San Marco National Monume
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting proposals for the "CASA 324271, Raise and Repair the Seawall" project at the Castillo de San Marcos National Monument in St. Augustine, Florida. The project entails the reconstruction of approximately 1,355 linear feet of seawall, including the North, Center, and South Walls, along with associated site improvements such as a new fee booth, walkways, and utility upgrades. This initiative is crucial for preserving the historical integrity of the monument while ensuring visitor safety and accessibility. Interested small businesses must submit their proposals by the specified deadline, with the contract value expected to exceed $10 million and a performance period of 550 calendar days post-notice to proceed. For further inquiries, potential offerors can contact Joseph Wingfield at josephwingfield@nps.gov.
    Y1DA--437-23-105 Replace Fire Alarm System 437-26-1-6690-0001
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting bids for the replacement of the fire alarm system at the Fargo VA Medical Center under Solicitation Number 36C26326B0004. This project, designated as Project Number 437-23-105, is specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and is estimated to cost between $2 million and $5 million, with a performance period of 540 calendar days. The work involves comprehensive upgrades to the existing fire alarm system, ensuring compliance with VA Fire Protection Manual standards and various NFPA codes, while addressing environmental concerns such as asbestos management. Interested contractors must submit their proposals via email to Contracting Officer Dwayne Brauch by December 18, 2025, at 10:00 AM (CT), following a pre-bid site visit and Q&A process outlined in the solicitation documents.
    Y1DA--519-24-400-NRM Install Fire Alarm Bldg. 25
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting offers for a construction project to install a new fire alarm system in Building 25 at the West Texas VA Healthcare System in Big Spring, TX. The project involves replacing the existing Honeywell fire alarm system with a Siemens system, ensuring compatibility with the existing infrastructure and adherence to various safety codes and standards. This upgrade is crucial for maintaining a reliable fire safety system across the campus, with a contract set aside for 100% Service-Disabled Veteran Owned Small Businesses (SDVOSB). Quotes are due by January 2, 2026, at 10:00 AM CST, and interested contractors should submit their proposals electronically to Eileen.Myers@va.gov, with the estimated contract value between $250,000 and $500,000.
    Z--NCR PRWI: C5 BATHHOUSE & VISITOR ACCESS
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is issuing a presolicitation announcement for the rehabilitation of two bathhouses at Cabin Camp 5 in Prince William Forest Park, Triangle, VA. The project, estimated to cost between $1,000,000 and $5,000,000, aims to reconfigure the bathhouses for compliance with the Architectural Barriers Act Accessibility Standards (ABAAS), replace fixtures, and upgrade plumbing, masonry, and electrical systems, while also constructing accessible pedestrian paths. This procurement is set aside for small businesses under NAICS code 236220, with a contract duration of 200 days, and the solicitation is expected to be released electronically on SAM.gov on or after December 8, 2025, with responses due approximately 30 days later. Interested vendors must be registered and active in SAM, and inquiries should be directed to Tim Wind at timwind@nps.gov.
    REPLACE SURVEILLANCE CAMERAS AT VARIOUS LOCATIONS
    Interior, Department Of The
    The Department of the Interior, specifically the National Park Service, is seeking qualified contractors to replace surveillance cameras at various locations within Shenandoah National Park in Virginia. The project entails removing existing cameras and wiring, and installing 40 NDAA-compliant security cameras, mounts, weatherproof housings, and associated network equipment, with optional installations at two visitor centers. This procurement is a small business set-aside with an estimated contract value between $100,000 and $250,000, and the performance period is expected to last 90 calendar days from the notice to proceed. Interested parties should contact Deborah Coles at DebbieColes@nps.gov or 540-677-0325, and a site visit is scheduled for December 18, 2025.
    Y1DA--437-23-105 Replace Fire Alarm System 437-26-1-6690-0001
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, through Network Contracting Office 23, is soliciting proposals for the replacement of the fire alarm system at the Fargo VA Health Care System. This project involves the complete overhaul of the existing analog fire alarm system, which is at the end of its functional life, to a new digital, addressable voice notification system, including the installation of control panels, wiring, annunciators, and detectors across the campus. The importance of this upgrade lies in ensuring the safety and operational continuity of the facility, particularly in a healthcare environment. The estimated contract value ranges from $2 million to $5 million, with a performance period of 540 days from the Notice to Proceed. Interested bidders must submit their proposals electronically by December 18, 2025, and can direct inquiries to Contracting Officer Dwayne Brauch at dwayne.brauch@va.gov or by phone at 651-293-3039.
    B491 Fire Alarm Repair
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals from qualified small businesses for the repair of fire alarm systems at Facility B491, Offutt Air Force Base in Nebraska. The contractor will be responsible for providing all necessary equipment and labor to repair and rebuild the Simplex 4100ES Fire Alarm Control Panel, ensuring network communication with Facility B492 for fire pump activation. This project is critical for maintaining safety and compliance with fire control standards, and the total estimated award amount is $25 million. Interested parties must submit their proposals by January 5, 2026, and are encouraged to attend a site visit on December 16, 2025, with questions due by December 19, 2025. For further inquiries, contact SrA Jason Arizmendi at jason.arizmendi@us.af.mil or Lt Ryan Brewster at ryan.brewster.3@us.af.mil.