ASIS - MAINTENANCE & REPAIR OF FIRE SUPPRESSION
ID: 140P4325R0018Type: Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THENATIONAL PARK SERVICENER SERVICES MABO (43000)BOSTON, MA, 02108, USA

NAICS

Plumbing, Heating, and Air-Conditioning Contractors (238220)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- FIRE CONTROL EQUIPMENT (J012)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of the Interior, specifically the National Park Service, is soliciting proposals for the maintenance and repair of the fire suppression system at Assateague Island National Seashore in Berlin, Maryland. The project requires contractors to provide all necessary labor, materials, and equipment to conduct a five-year inspection, perform repairs, and potentially upgrade the existing fire suppression systems across multiple facilities within the park. This initiative is crucial for ensuring the safety and compliance of fire protection infrastructure in national parks, reflecting the NPS's commitment to maintaining essential services. Interested contractors, particularly those with at least five years of experience and NICET III certification in fire protection, should submit their proposals by the specified deadlines, with the estimated contract value ranging from $100,000 to $250,000 and work scheduled to commence between June 1, 2025, and September 30, 2025. For further inquiries, contact Jason Albright at Jason_Albright@nps.gov or by phone at 617-519-6145.

    Point(s) of Contact
    Albright, Jason
    (617) 519-6145
    (760) 934-4780
    Jason_Albright@nps.gov
    Files
    Title
    Posted
    The National Park Service is soliciting proposals for maintenance services on the fire suppression systems at Assateague Island National Seashore in Berlin, Maryland. The project requires a contractor with at least five years of fire suppression experience and NICET III certification. Key tasks include conducting a five-year inspection of all suppression systems, replacing antifreeze, upgrading the Visitor Center system, and replacing sprinkler heads. Contractors must participate in a pre-bid site visit to assess conditions and quantities accurately. The work spans several buildings crucial for park operations, necessitating compliance with NFPA standards and safety regulations. Key deliverables include a safety plan, daily work logs, and regular progress reports. Additional bid options include decommissioning a dry fire suppression system, inspecting a fire pump, and replacing a diesel storage tank. Environmental considerations and waste management practices must also be adhered to, ensuring that the project meets sustainability guidelines. The contractor is tasked with maintaining quality control and coordinating schedules, with work limited to weekdays during specific hours, reinforcing the commitment to safety and regulatory compliance throughout the project.
    The document outlines the Request for Proposals (RFP) for maintenance and repairs to the fire suppression system at a facility referred to as ASIS. It includes visual attachments that detail various bid options associated with this project. Bid Option 1 focuses on different areas of replacement and repairs, including sections on back porch cut-outs, deck area fire pipe replacements, and connections from the visitor center's fire supply. Bid Option 2 involves inspections and specifications related to a turbine labeled 'Randolph G60', while Bid Option 3 addresses several photographs of a diesel tank to aid in understanding the maintenance requirements. The purpose of this RFP is to solicit qualified contractors to manage and execute necessary upgrades and repairs to ensure the fire suppression system’s compliance and functionality. The document provides a structural overview of the required tasks through its organized bid options, showcasing a systematic approach to enhancing safety measures in the facility's fire protection infrastructure.
    The document outlines the infrastructure requirements for a project involving supply and distribution lines within a structure. It specifies that thick lines represent 3-inch outer diameter (OD) supply lines, and thin lines indicate 1.5-inch OD distribution lines that branch off the central supply line. The focus is on connecting supply lines to specific areas, such as restrooms and the deck area, as well as a back porch. The document emphasizes that only supply lines are to be installed to these locations after the replacement of existing infrastructure. This technical information is pertinent to planning and executing plumbing work as part of a broader renovation or construction project, ensuring proper resource allocation and compliance with relevant standards.
    This document outlines wage determinations for construction contracts governed by the Davis-Bacon Act in Worcester County, Maryland, with a decision number MD20250128, dated March 14, 2025. It specifies minimum wage rates mandated by Executive Orders 14026 and 13658, detailing payments for various labor classifications associated with construction activities. Rates are set according to contract initiation dates, with contracts starting post-January 30, 2022, requiring a minimum of $17.75 per hour, while contracts awarded between January 1, 2015, and January 29, 2022, mandate at least $13.30 per hour. The document includes detailed hourly wage and fringe benefit rates for numerous trade classifications, such as electricians, carpenters, and laborers, with differentiation between union and non-union rates. It also addresses provisions for paid sick leave under Executive Order 13706, emphasizing employees' rights. The summary concludes with information about the appeals process for wage determinations, directing parties to the appropriate U.S. Department of Labor contacts for grievances. This document is essential for compliance in federal and state contracts to ensure fair labor standards in construction projects under federal regulations.
    The document outlines the requirements set forth by Federal Acquisition Regulation (FAR) 36.211(b) concerning construction contract administration. It mandates federal agencies to provide a clear description of the policies and procedures that govern the definitization of equitable adjustments for change orders in construction contracts. Furthermore, the document emphasizes the necessity of gathering and reporting data on the timeframes required to finalize these adjustments. Agencies can find detailed guidance and relevant information through the designated link to the Department of the Interior's acquisition policy on construction contracts. This document serves to ensure consistency and transparency in the administration of construction contracts across federal, state, and local government levels, highlighting the importance of effective contract management in the public sector.
    The document outlines Solicitation Number 140P4325R0018 for maintenance and repairs to the fire suppression system at Assateague Island National Seashore. It includes an amendment featuring responses to questions raised by bidders, a detailed scope of work, and project specifications. Contractors with a minimum of five years of experience and NICET III certification in fire protection are sought to execute various tasks, such as performing a five-year inspection, replacing antifreeze, and updating systems at multiple facilities within the park. The amendment allows bids with options for either complete removal of dry systems or significant upgrades. The work is scheduled between June 1, 2025, and September 30, 2025, with specific deliverables and compliance with various code requirements stipulated. The emphasis is on safety, environmental considerations, and adherence to regulations throughout the project's duration. Contractors must submit detailed proposals, including resumes, schedules, and necessary documentation to qualify. This solicitation exemplifies government efforts to maintain essential infrastructure while ensuring safety and compliance within national parks.
    The National Park Service (NPS) is issuing a Request for Proposal (RFP) for maintenance and rehabilitation of the fire suppression system at Assateague Island National Seashore in Berlin, Maryland. This project includes all necessary labor, materials, transportation, and equipment to complete a five-year inspection and related repairs. The estimated cost ranges from $100,000 to $250,000, with a performance period from June 1, 2025, to September 30, 2025. Key deliverables encompass inspection services, maintenance of the turbine, and potential removal and replacement of the diesel storage tank. The contracting officer will oversee adherence to safety requirements and environmental regulations, ensuring compliance with federal labor standards and wage determinations. Offers must include detailed pricing, and the contractor should commence work within seven calendar days of receiving a notice to proceed. By participating, contractors agree to follow standard government contract clauses, including requirements for performance bonding and electronic invoicing. The RFP emphasizes thorough inspections and timely completion to guarantee system integrity and safety, reflecting the NPS's commitment to maintaining essential infrastructure in national parks.
    Lifecycle
    Title
    Type
    Similar Opportunities
    7J--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 involves removing existing cameras and wiring, and installing new NDAA-compliant security cameras, mounts, and associated infrastructure at four entrance stations and two visitor centers. This upgrade is crucial for enhancing the park's security and surveillance capabilities, ensuring compliance with current standards. The anticipated contract, valued between $100,000 and $250,000, will be awarded as a firm-fixed price contract with a performance period of 90 calendar days from the notice to proceed. Interested parties should contact Deborah Coles at DebbieColes@nps.gov or 540-677-0325, and note that a site visit is scheduled for December 18, 2025.
    H--SACN FIRE SYSTEM INSPECTIONS
    Interior, Department Of The
    The Department of the Interior, specifically the National Park Service's Midwest Region, is seeking a vendor for fire system inspections and repairs at the SACN site. The procurement aims to secure a sole source contract for a vendor with extensive experience and familiarity with SACN's fire systems, components, and infrastructure, which has been established over the past 3-5 years. This opportunity is critical for ensuring the safety and compliance of fire detection and alarm systems, as the selected vendor is the only local company capable of providing both fire system and fire extinguisher inspections, allowing for streamlined service. Interested parties can reach out to Joseph Bac at josephbac@nps.gov or call 402-800-8733 for further details regarding this procurement.
    Z--FODO 253278 - Fort Donelson VC Rehabilitation
    Interior, Department Of The
    The National Park Service (NPS) is soliciting proposals for the rehabilitation of the Visitor Center at Fort Donelson National Battlefield in Dover, Tennessee, under solicitation number 140P2025R0054. The project involves a comprehensive renovation, including the construction of a three-story glass and steel addition with an elevator, interior interpretive areas, and upgrades to various systems and utilities, all while adhering to historical preservation guidelines and compliance with relevant building codes. This rehabilitation is crucial for enhancing visitor facilities and ensuring accessibility, with an estimated construction magnitude between $1,000,000 and $5,000,000. Interested contractors must submit their proposals by December 22, 2025, at 1700 ET, and can direct inquiries to John Babcock at johnbabcock@nps.gov or by phone at 303-969-2626.
    Y--Beach Access Upgrades
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is seeking bids for the Beach Access Upgrades project at Apostle Islands National Lakeshore in Bayfield, WI. The project involves the removal and demolition of existing structures and vegetation, followed by the construction of a staircase, pathway, concrete paving adjacent to the parking lot, retaining walls, and vegetative surface restoration. This initiative is crucial for enhancing visitor access and safety at the park. The contract, valued between $500,000 and $750,000, is set aside for total small businesses, with an anticipated award date in March/April 2026 and work expected to commence shortly thereafter. Interested contractors should contact Craig D. Bryant at craigbryant@nps.gov or 440-717-3706 for further details.
    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.
    Z--DEVA 318717 - Rehab Furnace & Cow Creeks WTP/WWTP
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting proposals for the rehabilitation of the Furnace Creek and Cow Creek Water and Wastewater Treatment Systems at Death Valley National Park (DEVA). The project aims to address critical infrastructure needs by replacing and upgrading existing water and sewer systems, including the installation of new reverse osmosis treatment facilities, sewer mains, and lift stations, with a construction magnitude exceeding $10 million. This initiative is vital for ensuring reliable potable water supply and wastewater management, thereby enhancing the park's operational efficiency and visitor experience. Interested contractors must submit their proposals by February 3, 2026, with all inquiries directed to Amber Hughes at amberhughes@nps.gov.
    Y--VICK 209252 Stabilize Mint Spring Bayou & VICK 310725/324137 Stabilize Terraces
    Interior, Department Of The
    The Department of the Interior's National Park Service is seeking market information from businesses regarding two stabilization projects at Vicksburg National Military Park in Mississippi. The projects aim to stabilize Mint Spring Bayou and the Terraces and Graves, addressing significant erosion that has impacted veteran gravesites and cultural resources within the park. Given the cultural significance of the site, the anticipated construction projects are expected to exceed $15 million and will require compliance with archaeological preservation measures. Interested businesses must submit their qualifications, including company information and bonding capacity, by April 2, 2025, in response to the Sources Sought Notice, as a Request for Proposal (RFP) is anticipated to be issued in 2025. For further inquiries, interested parties can contact Carlos Garcia at carlosgarcia@nps.gov or by phone at 720-900-6595.
    Evaluate Fire Suppression Bldg. 126 at the Watervliet Arsenal, Watervliet , NY
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting proposals from qualified contractors to evaluate and modify the fire suppression system in Building 126 at the Watervliet Arsenal in New York. The project, valued at $19,500,000, involves the removal of existing shelving units, updating the fire suppression system to meet current codes, and providing stamped engineered drawings. This procurement is critical for ensuring the safety and compliance of the facility's fire suppression capabilities. Interested small businesses, particularly Women-Owned Small Businesses (WOSB), must submit their proposals electronically and adhere to various federal regulations, with the period of performance set from January 1, 2026, to March 31, 2026. A mandatory site visit is scheduled for December 17, 2025, and interested parties should contact Christopher Battiste at christopher.k.battiste.civ@army.mil for access arrangements.
    USCG Station South Padre island Fire hydrant repair/replace
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking proposals from qualified small businesses to repair or replace fire hydrants at the Coast Guard Station in South Padre Island, Texas. The project involves conducting a site assessment, performing necessary excavations, and ensuring compliance with various safety and operational standards, including NFPA, AWWA, UPC, OSHA, and USCG regulations. This procurement is critical for maintaining the functionality and safety of the station's water supply system. Interested contractors must submit their quotes by 12:00 PM CST on January 2, 2026, to kala.m.lowe@uscg.mil, and are encouraged to inspect the site prior to submission to familiarize themselves with the conditions of the work.
    Z--NCR PRWI: CARTERS POND VISITOR ACCESS
    Interior, Department Of The
    The National Park Service is seeking proposals for a construction project at Prince William Forest Park in Triangle, Virginia, specifically for the replacement of a gravel trail with a porous pavement trail. This project, designated as PRWI 242833, is a total small business set-aside under NAICS code 237310, with a small business size standard of $45 million, and an estimated project magnitude between $250,000 and $500,000. The contract duration is expected to be 160 calendar days, with the solicitation to be issued electronically on or after December 8, 2025, on SAM.gov. Interested vendors must be registered and active in SAM, including having a UEI number, and can direct questions to Tim Wind at timwind@nps.gov.