Fire Suppression System Repairs, Congaree
ID: 140P5125Q0013Type: Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THENATIONAL PARK SERVICESER EAST MABO(51000)ATLANTA, GA, 30303, USA

NAICS

Water Supply and Irrigation Systems (221310)

PSC

REPAIR OR ALTERATION OF MUSEUMS AND EXHIBITION BUILDINGS (Z2JA)

Set Aside

Indian Small Business Economic Enterprise (ISBEE) Set-Aside (specific to Department of Interior and Indian Health Services) (ISBEE)
Timeline
  1. 1
    Posted Apr 9, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 9, 2025, 12:00 AM UTC
  3. 3
    Due May 12, 2025, 9:00 PM UTC
Description

The Department of the Interior, through the National Park Service, is soliciting proposals for fire suppression system repairs at Congaree National Park in South Carolina. The project involves repairing and replacing the fire pump and diesel engine to comply with national and local codes, and it is set aside for Indian Small Business Economic Enterprises (ISBEE). This procurement is crucial for maintaining safety standards within the park, ensuring effective fire protection measures are in place. Interested contractors should note that the estimated project value ranges from $100,000 to $250,000, with a performance period from June 2, 2025, to December 1, 2025. For inquiries, potential bidders can contact Yanick Bard at Yanick_Bard@nps.gov or by phone at 404-507-5743.

Point(s) of Contact
Bard, Yanick
(404) 507-5743
(404) 562-3220
Yanick_Bard@nps.gov
Files
Title
Posted
Apr 10, 2025, 3:04 AM UTC
The provided document appears to be a corrupted or improperly formatted government file that encompasses federal and state requests for proposals (RFPs) and grants. Due to significant data distortion, specific content and context are challenging to decipher. However, it seems to relate to funding opportunities, guidelines, or requirements tied to various governmental projects, potentially highlighting eligibility criteria, application processes, or contractual obligations for bidders and applicants. Such documents typically serve to inform stakeholders about available resources and outline the necessary procedures to secure federal or state grants, thereby influencing the allocation of funds and fostering partnerships with public agencies. The overall structure likely includes sections on eligibility, submission guidelines, evaluation criteria, and deadlines, aiming to facilitate transparency and accessibility in government contracting and funding initiatives.
Apr 10, 2025, 3:04 AM UTC
Apr 10, 2025, 3:04 AM UTC
Apr 10, 2025, 3:04 AM UTC
The document details a solicitation for proposals related to fire suppression system repairs at Congaree National Park in South Carolina. Offerors are encouraged to submit both conforming bids and alternate proposals that could produce cost savings for the government, as outlined in relevant federal acquisition regulations. The solicitation requires offerors to provide pricing for both base and option line items, which can include a range of services such as management, equipment rentals, carpentry, and roofing. Proposals must adhere to specific pricing instructions where total prices for lump-sum items and unit prices for variable items are required. Errors in calculations are governed by unit prices and corrected totals. Ultimately, the proposal's evaluation will focus on determining the best value for the government, incorporating all specified requirements and possible alternatives that could enhance cost-effectiveness. The document is structured to guide potential contractors through submission requirements and pricing details necessary for evaluation.
Apr 10, 2025, 3:04 AM UTC
The government document outlines a Request for Proposal (RFP) for fire suppression system repairs at Congaree National Park in South Carolina. The project, designated under invitation number 140P5125Q0013, entails repairing and replacing the fire pump and diesel engine to meet national and local codes, as specified in the Statement of Work. This procurement is set aside for Indian Small Business Economic Enterprises (ISBEE), following Federal Acquisition Regulation guidelines, and is structured as a Firm Fixed Price Contract. Contractors are required to provide performance and payment bonds covering 100% of the contract price and are expected to begin work within specified timelines. The estimated price range for the project is between $100,000 and $250,000, with the performance period slated from June 2, 2025, to December 1, 2025. Davis Bacon prevailing wage regulations apply. Interested parties can submit inquiries to the designated contracting officer via email. No site visit is scheduled, but arrangements can be made for inspections upon request. This solicitation exemplifies the government’s move toward engaging small businesses while ensuring compliance with safety and operational standards in federal service contracts.
Lifecycle
Title
Type
Solicitation
Presolicitation
Similar Opportunities
J--Repair of Fire Suppression at Yosemite Residences
Buyer not available
The Department of the Interior, through the National Park Service, is seeking a contractor to perform repairs on the fire suppression systems at residences within Yosemite National Park. The project involves a firm fixed-price contract to address deficiencies identified during annual testing, including reconfiguring sprinkler layouts and replacing specific sprinkler heads, while ensuring compliance with National Fire Protection Association standards. This procurement is crucial for maintaining safety and compliance in park facilities, with an estimated construction magnitude between $100,000 and $250,000. Interested small businesses must have an active SAM registration and are encouraged to direct inquiries to Timothy Modjeski at Modjeski, Timothy, via email at TimModjeski@nps.gov or by phone at 303-819-9916. The RFQ is expected to be available electronically on or around May 5, 2025, with proposals due 30 days after issuance.
42--INSTALL FIRE SUPPRESSION SYSTEM, ANJO
Buyer not available
The Department of the Interior, through the National Park Service, is soliciting bids for the installation of a fire suppression system at the Andrew Johnson National Historic Site in Greeneville, Tennessee. The project involves implementing a hydraulically designed double interlock preaction sprinkler system and a comprehensive fire alarm setup, ensuring compliance with NFPA 13 standards while preserving the historic integrity of the site. This initiative underscores the federal government's commitment to enhancing safety infrastructure at historical locations, with an estimated contract value between $250,000 and $500,000 and a performance period from July 1, 2025, to September 1, 2025. Interested small businesses must submit their firm-fixed price quotes by May 9, 2025, and can direct inquiries to Marilia Mateo at mariliamateo@nps.gov.
NEPE FIRE SUPPRESSION SYSTEM REPAIR
Buyer not available
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 michaelabner@nps.gov.
Y--Replace South Cedar Creek Bridge and Canoe Launch at Congaree National Park
Buyer not available
The Department of the Interior, through the National Park Service, is seeking qualified contractors to replace the South Cedar Creek Bridge and canoe launch at Congaree National Park in Hopkins, South Carolina. The project involves removing the existing pedestrian bridge and canoe launch, replacing them with a weathered steel pedestrian bridge and a concrete canoe launch ramp, while ensuring proper stabilization of the creek banks. This procurement is set aside for Women-Owned Small Business firms under the NAICS code 237310, with a small business size standard of $45.5 million. Interested contractors must have an active vendor record in SAM.gov and comply with all federal requirements, including prevailing wage laws. The solicitation is expected to be published on or around May 11, 2025, with offers due approximately 30 days thereafter. For inquiries, contact Edward Dingle at edwarddingle@nps.gov or 404-507-5747.
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--INDU Fire and Intrusion Alarms Replacement
Buyer not available
The Department of the Interior, through the National Park Service, is preparing to issue an Invitation for Bid (IFB) for the Fire and Intrusion Alarms Replacement project at Indiana Dunes National Park in Porter, IN. This project involves the removal of existing fire and intrusion systems, installation of new systems, and necessary maintenance work across multiple buildings within the park. The contract, which is set aside exclusively for small businesses, is expected to be awarded by early summer 2025, with a project magnitude between $1 million and $5 million. Interested contractors should prepare to register in the System for Award Management (SAM) and are encouraged to attend a site visit, the details of which will be announced in the solicitation expected to be released in March/April 2025. For further inquiries, contact Colette Riegelmayer at coletteriegelmayer@nps.gov or 330-631-8990.
ASIS - MAINTENANCE & REPAIR OF FIRE SUPPRESSION
Buyer not available
The National Park Service (NPS) is issuing a Request for Proposal (RFP) for the maintenance and rehabilitation 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 and related repairs, including potential upgrades to the Visitor Center system and the replacement of a diesel storage tank. This work is crucial for ensuring the safety and functionality of fire protection infrastructure within the park, with an estimated contract value between $100,000 and $250,000 and a performance period from June 1, 2025, to September 30, 2025. Interested contractors must contact Jason Albright at JasonAlbright@nps.gov or by phone at 617-519-6145 for further details and to participate in the pre-bid site visit.
Z--MIIN 314972 & HAFO 314578 Rehab ID Parks Ops Bldgs
Buyer not available
The Department of the Interior, through the National Park Service, is soliciting proposals for the rehabilitation of operational buildings at the Hagerman Fossil Beds National Monument and Minidoka National Historic Site in Idaho, under solicitation number 140P2025R0015. The project involves significant construction activities, including the installation of a dry-pipe fire suppression system, the construction of a new maintenance building, and the drilling of a new potable water supply well, with an estimated construction cost between $1,000,000 and $5,000,000. This initiative is crucial for enhancing the operational integrity of these national historic sites while ensuring compliance with safety and environmental regulations. Interested small businesses must submit their proposals by April 30, 2025, at 12:00 PM MDT, and can direct inquiries to Gabriel Castellanos at gabrielcastellanos@nps.gov or by phone at 303-969-2118.
Z--REPLACE CHILLER AT AM1201 FMO
Buyer not available
The Department of the Interior, specifically the National Park Service, is seeking qualified contractors to replace the failing chiller system at the Fire Management Office in Sequoia National Park, California. The project entails the demolition, removal, and replacement of the existing 40-ton air-cooled chiller, including the re-charge of the chilled water loop solution and staff training on the new system. This procurement is crucial for maintaining efficient climate control in the facility, ensuring operational effectiveness in fire management activities. The contract, set aside for small businesses, has an estimated value between $100,000 and $250,000, with proposals due by May 21, 2025. Interested parties should contact Brian Roppolo at brianroppolo@nps.gov or 206-220-4215 for further information.
Repair Winston Monument, GUCO
Buyer not available
The Department of the Interior, through the National Park Service, is soliciting bids for the repair of the Winston Monument located at Guilford Courthouse National Military Park in Greensboro, North Carolina. This project, set aside for Indian Small Business Economic Enterprises (ISBEEs), aims to restore the monument to its original condition following vandalism, adhering to the Secretary of the Interior's Standards for Historic Properties. The contract is estimated to range between $50,000 and $100,000, with a performance period from June 2, 2025, to June 1, 2026. Interested contractors must submit their proposals by May 12, 2025, and direct any inquiries to Yanick Bard at YanickBard@nps.gov or by phone at 404-507-5743.