Z--FOLS - Fire, Security Alarm System, and Electrical Panel Replacements
ID: 140P6025B0004Type: Sources Sought
Overview

Buyer

INTERIOR, DEPARTMENT OF THENATIONAL PARK SERVICEMWR MIDWEST REGION(60000)OMAHA, NE, 68102, USA

NAICS

Commercial and Institutional Building Construction (236220)

PSC

REPAIR OR ALTERATION OF OTHER ADMINISTRATIVE FACILITIES AND SERVICE BUILDINGS (Z2AZ)
Timeline
  1. 1
    Posted Apr 2, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 2, 2025, 12:00 AM UTC
  3. 3
    Due Apr 9, 2025, 5:00 PM UTC
Description

The National Park Service (NPS) is conducting a market survey to identify contractors capable of replacing the fire and security alarm systems and the electrical panel at Fort Larned National Historic Site in Kansas. The project entails installing a new addressable fire and intrusion alarm system across nine historic structures, complete with video surveillance capabilities, as well as replacing the main electrical distribution panel at the park's visitor center. This procurement is crucial for enhancing the safety and security of the site, with an estimated construction cost ranging from $1 million to $5 million. Interested small business contractors must submit their responses, including essential information and capabilities statements, by April 9, 2025, via email to Bridget Parizek at bridget_parizek@nps.gov, referencing project number 140P6025B0004.

Point(s) of Contact
Parizek, Bridget
(402) 800-7927
(580) 622-2296
Bridget_Parizek@nps.gov
Files
Title
Posted
Apr 2, 2025, 5:06 PM UTC
The National Park Service (NPS) is seeking to assess contractor interest in a market survey for replacing the alarm system and electrical panel at Fort Larned National Historic Site (Reference 140P6025B0004). The project involves installing a new addressable fire and intrusion alarm system across nine historic structures, complete with video surveillance capabilities to monitor and secure the site. Additionally, the main electrical distribution panel at the park’s visitor center will be replaced. The estimated construction costs range from $1 million to $5 million, and the work must be performed by contractors registered as small businesses under relevant socio-economic categories in the System for Award Management (SAM). Interested firms are requested to submit essential information including contact details, size status, bonding capacities, and a brief capabilities statement, emphasizing their ability to undertake the specified tasks. Responses are required by April 9, 2025, via email, and should reference the project number. This market survey is part of the NPS's strategic acquisition efforts to identify suitable contractors and does not constitute a commitment to issue a formal solicitation. Future project announcements will be posted on SAM.gov.
Lifecycle
Title
Type
Sources Sought
Similar Opportunities
Z--Fire and Intrusion Alarms Replacement
Buyer not available
The National Park Service, under the Department of the Interior, is preparing to issue an Invitation for Bid (IFB) for the Fire and Intrusion Alarm Replacement project at the Dayton Aviation Heritage National Historic Site in Dayton, Ohio. The project involves the removal of existing fire and intrusion alarm systems from five buildings and the installation of new wireless systems, with work expected to commence in June/July 2025. This project is significant for enhancing safety and security at a historic site, and it is set aside 100% for Total Small Businesses, with a contract value estimated between $250,000 and $500,000. Interested contractors should note that the official solicitation will be available in April 2025, and they must be registered in the System for Award Management (SAM) to be eligible for bidding; for further inquiries, contact Jarrod Brown at jarrodbrown@nps.gov or 234-571-7515.
Z--FOSC CHIMNEY RE-POINTING ON 9 STRUCTURES
Buyer not available
The National Park Service (NPS) is conducting a market survey to assess vendor interest and capability for a masonry project involving the re-pointing of brick chimneys and other masonry work on multiple buildings at the Fort Scott National Historic Site in Bourbon County, Kansas. The project requires vendors to provide all necessary labor, materials, tools, and equipment, with an estimated contract value between $100,000 and $250,000. This market survey is a preliminary inquiry and does not constitute a formal solicitation; interested vendors must respond separately to future announcements on SAM.gov. Responses to the market survey are due by 12:00 PM ET on April 29, 2025, and should be directed to Colette Riegelmayer at coletteriegelmayer@nps.gov, including the reference number 140P6425B0011 in the subject line.
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.
Y--FODO 253278 - Rehabilitate the Visitor Center
Buyer not available
The National Park Service (NPS) is seeking qualified contractors for the rehabilitation of the Visitor Center at Fort Donelson National Battlefield in Dover, TN. This project, valued between $1-5 million, involves completing existing work, performing critical repairs, and constructing a new two-story addition to enhance accessibility and educational opportunities. The Visitor Center, a historic resource, will be closed during renovations, although the park will remain open to visitors. Interested businesses, both large and small, are encouraged to submit their qualifications, bonding capacity, and relevant experience by May 13, 2025, to John Babcock at johnbabcock@nps.gov or by phone at 303-969-2626, as part of the preliminary market research ahead of a full competitive acquisition process expected to commence in spring FY 2025.
N--Integrated Video and Security Management System
Buyer not available
The National Park Service (NPS) is preparing to issue a Request for Proposal (RFP) for an Integrated Video and Security Management System at the San Juan National Historic Site in Puerto Rico. The project aims to replace outdated video surveillance equipment with advanced systems for video surveillance, intrusion detection, access control, and emergency communications to enhance security across various park facilities. This procurement is significant as it addresses existing vulnerabilities and aims to provide unified oversight and rapid response to incidents, integrating with the existing NPS dispatch service. The estimated contract value is between $500,000 and $1,000,000, and the solicitation is expected to be published around June 1, 2025. Interested vendors must have an active registration with SAM.gov and meet specific eligibility criteria, with proposals due approximately 30 days after the solicitation release. For further inquiries, interested parties can contact Noelli Medina at NoelliMedina@nps.gov or by phone at 470-819-0940.
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.
Z--LAMR - ENERGIZE STORAGE BUILDING
Buyer not available
The Department of the Interior, through the National Park Service, is seeking qualified contractors for the Energize Storage Building project at Lake Meredith National Recreation Area in Texas. The project involves the installation of a 150 amp breaker panel, associated electrical outlets, and the application of closed-cell spray foam insulation within a metal storage building used for law enforcement and search and rescue operations. The total contract value is estimated to be between $25,000 and $100,000, with a firm-fixed price contract expected to be awarded by Summer 2025. Interested contractors must ensure they are registered in the System for Award Management (SAM) and can contact Bridget Parizek at bridgetparizek@nps.gov or 402-800-7927 for further details.
H--Fire Protection Sys Inspect/Test - 12 AK Parks
Buyer not available
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 ronaldbunch@nps.gov or by phone at 907-201-7719.
Z1DA--Project No. 610A4-20-107 - Replace Fire Alarm System.
Buyer not available
The Department of Veterans Affairs is seeking proposals for the replacement of the fire alarm system at the Fort Wayne Campus of the VA Northern Indiana Health Care System, under Project No. 610A4-20-107. This project, estimated to cost between $2,000,000 and $5,000,000, is specifically set aside for Service-Disabled Veteran-Owned Small Businesses and requires the installation of a nonproprietary fire alarm system, along with training for VA maintenance personnel. The work must be completed within 270 days from the notice to proceed, with proposals due by May 23, 2025, following a site visit on May 1, 2025. Interested contractors should direct inquiries to Contract Specialist Luke Turner at luke.turner@va.gov, ensuring compliance with all federal contracting regulations and wage determinations.
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.