NEPE FIRE SUPPRESSION SYSTEM REPAIR
ID: 140P8325Q0020Type: Solicitation
AwardedMay 27, 2025
$13.5K$13,512
AwardeeSMART PROCUREMENT SOLUTIONS INC 14117 DIXIE Redford MI 48239 USA
Award #:140P8325P0018
Overview

Buyer

INTERIOR, DEPARTMENT OF THENATIONAL PARK SERVICEPWR OLYM MABO(83000)PORT ANGELES, WA, 98362, USA

NAICS

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

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- PLUMBING, HEATING, AND WASTE DISPOSAL EQUIPMENT (J045)

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 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 michael_abner@nps.gov.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines a Request for Proposals (RFP) for a firm-fixed-price contract aimed at repairing the fire suppression system at the Nez Perce National Historical Park, located in Lapwai, Idaho. Work is expected to be completed within 30 days post-award and includes the replacement of a failed jockey pump and associated components essential for maintaining system pressure to protect property, human life, and a substantial museum collection. Main tasks involve substituting fittings, valves, and sensors related to the jockey pump and ensuring compliance with park regulations during repairs. Access to the site will be restricted to designated hours, with measures set to mitigate public disruption and preserve park resources. The contractor must also adhere to guidelines regarding noise levels and protection of natural features. A pre-work meeting will discuss logistics and responsibilities. This initiative is vital for maintaining safety protocols and preserving historical assets within the park environment.
    The document pertains to Solicitation No. 140P8325Q0020 for the Fire Suppression System Repair at Nez Perce National Historic Park. It outlines requirements for bidders to demonstrate relevant experience through a list of similar past projects executed within the last five years. Bidders must provide details for a minimum of two and a maximum of three projects, including project titles, agency or owner information, contract amounts, performance periods, and references. The government's evaluation will focus on the bidder's past performance in areas such as quality, timeliness, and business relations. It's crucial for bidders to disclose any unsatisfactory past performance incidents and outline corrective actions taken, ensuring transparency in their application. This solicitation is part of a broader effort to maintain and enhance federal facilities, aligning with compliance standards and effective project execution.
    The document outlines a Request for Proposal (RFP) for a fixed-price contract concerning the repair of a fire suppression system at Nez Perce National Historical Park in Lapwai, Idaho. The work must adhere to a specified Statement of Work and Wage Determination for Nez Perce County, with completion required within 30 days of receiving the notice to proceed. Interested offerors must be registered as small businesses in the System for Award Management (SAM) and submit their quotes by May 8, 2025. Key requirements for proposals include providing pricing, authorized signatures, relevant experience with three past performance references, and necessary representations regarding telecommunications equipment. The evaluation of submitted quotes will focus on price, technical capability, and past performance, with the government enforcing strict compliance with multiple federal acquisition regulations. The RFP encourages small business participation and mandates that successful contractors adhere to various labor and regulatory clauses. This solicitation represents a vital federal effort to manage fire safety systems within historical sites, reflecting a commitment to preserving both history and public safety.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Lava Fire Watering Facilities Rebuild Payette National Forest
    Agriculture, Department Of
    The Department of Agriculture, specifically the Forest Service, is seeking proposals for the Lava Fire Watering Facilities Rebuild project in the Payette National Forest, Idaho. This project aims to reconstruct twenty livestock watering facilities, including thirteen trough systems and seven ponds, which were destroyed by the 2024 Lava Fire, to restore proper livestock distribution and facilitate grazing management. The procurement is set aside for small businesses under NAICS code 221310, with a total small business size standard of $41 million, and the contract will be awarded as a firm fixed price. Interested contractors must submit their proposals, including technical and price components, by December 19, 2025, to John Swizdor at john.swizdor@usda.gov, with the performance period extending until September 30, 2026.
    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.
    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.
    Y--YELL 326133 REHABILITATE CANYON VILLAGE WASTEWATER
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting proposals for the "YELL 326133 Rehabilitate Canyon Village Wastewater Treatment Systems" project at Yellowstone National Park. This federal contract involves extensive rehabilitation and upgrade of wastewater treatment facilities, including the demolition of existing structures and construction of new facilities such as headworks, bioreactors, and lift stations, with a project magnitude exceeding $10 million. The successful contractor will be required to commence work within 10 calendar days of receiving the notice to proceed and complete the project within 975 calendar days, with a proposal due date set for January 8, 2026. Interested parties can direct inquiries to Vicki Freese-Supler at vickilfreese-supler@nps.gov or call 720-402-8467 for further information.
    Z--Nicodemus NHS - Tuckpoint Masonry & Painting
    Interior, Department Of The
    The National Park Service (NPS) is conducting a market survey to identify qualified contractors for a tuckpointing, masonry, and painting project at Nicodemus National Historic Site in Kansas. The project involves cleaning approximately 3,747 square feet of exterior stone and brick, removing and replacing loose mortar, and inspecting and replacing glazing on multiple pane steel frame windows. This work is crucial for the preservation of the historic site and is anticipated to commence in late March 2026, with a project magnitude estimated between $25,000 and $100,000. Interested small businesses must be registered in the System for Award Management (SAM) under NAICS code 238140 and submit their responses, including a capability statement and bonding limits, via email to Adam Kircher at adamkircher@nps.gov by December 23, 2025, at 1200 CST.
    Z--PIPE - REHAB VISITOR CENTER RESTROOMS
    Interior, Department Of The
    The Department of the Interior, specifically the National Park Service, is soliciting quotations for the rehabilitation of restrooms at the Visitor Center of Pipestone National Monument in Minnesota. The project aims to renovate the existing facilities to meet accessibility standards by converting them into two single-user restrooms, involving demolition, carpentry, plumbing, electrical work, and installation of new finishes and HVAC systems. This initiative is crucial for enhancing visitor experience and ensuring compliance with the Architectural Barriers Act. Interested small businesses must acknowledge receipt of the solicitation amendments by November 17, 2025, and are encouraged to attend a site visit on December 3, 2025. For further inquiries, contractors can contact Joseph Kirk at josephkirk@nps.gov or 605-574-0510, with an estimated project value between $100,000 and $250,000.
    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.
    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.
    TAN Firewater Upgrade Project
    Energy, Department Of
    The Department of Energy, through Battelle Energy Alliance, LLC, is seeking Expressions of Interest (EOI) from qualified vendors for the TAN Firewater Upgrade Project at the Idaho National Laboratory (INL) in Idaho Falls. The project aims to upgrade and replace critical firewater infrastructure at Test Area North (TAN) to restore system reliability and ensure compliance with safety standards, addressing issues such as corroded piping, fire sprinkler risers, and tank heaters. This initiative is vital for maintaining the operability of the fire suppression system across multiple TAN facilities. Interested vendors must submit their EOIs by July 1, 2026, including company information, relevant capabilities, NAICS codes, and any federal contracting experience, to Chase Egbert at chase.egbert@inl.gov.
    Y--PINN 250983 - Rehab Old Pinn Trailhead Parking Area/Shuttle Stop
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is seeking contractors for the rehabilitation of the Old Pinn Trailhead Parking Area and Shuttle Stop at Pinnacles National Park, California. The project aims to enhance visitor experience and operational efficiency by repaving the parking area, installing a new accessible vault toilet, creating a designated shuttle stop with a shade structure, extending a water line, and adding various amenities, addressing current safety hazards and operational challenges. This initiative is crucial for maintaining the park's infrastructure and improving visitor services, with an estimated contract value between $2,000,000 and $3,000,000 and a performance period of 365 calendar days. Interested parties should contact Shellie Murphy at shelliemurphy@nps.gov or call 720-610-2690, and submit responses to the Sources Sought Notice by January 15, 2026, to inform the acquisition strategy and potential small business set-aside determinations.