ContractSolicitationTotal Small Business Set-Aside (FAR 19.5)

N--WABA REPLACE LIFE/SAFETY SYSTEMS

INTERIOR, DEPARTMENT OF THE 140P1226Q0018
Response Deadline
May 14, 2026
6 days left
Days Remaining
6
Until deadline
Set-Aside
Total Small Business Set-Aside (FAR 19.5)
Notice Type
Solicitation

Contract Opportunity Analysis

The National Park Service, within the Department of the Interior, is seeking a contractor to replace and install integrated life-safety and security systems at the Washita Battlefield National Historic Site Visitor Center and Administration Building. The work covers replacement of the fire alarm, intrusion alarm, and CCTV systems, along with installation of a new electronic door access control system, and includes design, equipment, installation, testing, training, and documentation. The project must comply with NPS, DOI, NFPA, and other applicable codes, keep the systems non-proprietary on a separate isolated network, and maintain continuous Visitor Center operations during normal business hours. Quotes are due May 11, 2026 at 12:00 PM CDT, with a site visit on April 27, 2026 at 10:00 AM CDT and questions due April 30, 2026.

Classification Codes

NAICS Code
238210
Electrical Contractors and Other Wiring Installation Contractors
PSC Code
N063
INSTALLATION OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS

Solicitation Documents

14 Files
Synopsis_of_Proposed_Contract_Action_1.docx
Word16 KBApr 15, 2026
AI Summary
The National Park Service (NPS), through its Contracting Operations Central, Lakewood Major Acquisition Buying Office (MABO), plans to issue a Request for Quotes (RFQ) for the Washita Battlefield National Historic Site (WABA) in Cheyenne, Oklahoma. The solicitation, number 140P1226Q0018, seeks a qualified contractor to replace outdated fire alarm, intrusion alarm, and closed-circuit television (CCTV) surveillance systems, and install a new electronic door access control system. The project involves design, equipment, installation, testing, training, and documentation, adhering to NPS, DOI, NFPA, and other applicable codes. The period of performance is 120 days, starting mid-May 2026. This is a 100% Total Small Business set-aside, firm-fixed-price service contract under NAICS code 238210, with a small business size standard of $19 Million. The RFQ package will be available on http://www.sam.gov, where offerors must be registered and active to be eligible for award. The point of contact is Nathan Ziegler.
Sol_140P1226Q0018.pdf
PDF591 KBMay 8, 2026
AI Summary
This government solicitation, Reference Number 140P1226Q0018, is a Request for Quotes (RFQ) for Women-Owned Small Businesses (WOSB) to replace fire alarm, intrusion alarm, closed-circuit television (CCTV) security systems, and electronic door access control systems at the Washita Battlefield National Historic Site Visitor Center and Administration Building. The contract will be a firm fixed-price commercial services contract under FAR Part 13 Simplified Acquisition Procedures, with a NAICS code of 238210 and a size standard of $19 Million. Quotes are due by May 11, 2026, 12:00 PM CDT, and must include a completed SF 1449, SAM UEI number, signature, technical-experience questionnaire, and price schedule. Evaluation will prioritize technical capability (including a minimum of 3 years' experience in relevant system replacements and installations) and price. A site visit is scheduled for April 27, 2026, 10:00 AM CDT, and questions are due by April 30, 2026. The solicitation also incorporates various FAR provisions and clauses, including those related to System for Award Management, telecommunications equipment, supply chain security, and offeror representations and certifications.
Atch_2_Technical-Experience_Questionnaire.xls
Excel38 KBMay 8, 2026
AI Summary
The "TECHNICAL/EXPERIENCE QUESTIONNAIRE" is a comprehensive form designed for contractors bidding on federal, state, or local government projects, specifically those involving Fire Alarm, Intrusion Alarm, CCTV, and Door Access Control Systems. The questionnaire collects detailed information about a contractor's business, including type, years of experience (both overall and as a prime contractor), and current contract commitments. It also probes into past project performance, asking if the contractor has ever failed to complete work or had work completed by performance bond. The form requires details on completed projects within the last three years, organizational structure, available equipment, and the experience of key personnel. Financial responsibility information and references are also requested, along with a certification of intent to complete the project as specified and compliance with solicitation specifications.
Atch_4_DOL_WD_2015-5327__Rev_29.pdf
PDF4651 KBMay 8, 2026
AI Summary
This government file is a wage determination document, specifically Wage Determination No. 2015-5327, Revision No. 29, issued by the U.S. Department of Labor's Wage and Hour Division, with the last revision on December 3, 2025. It applies to federal service contracts in the Oklahoma counties of Beckham, Caddo, Custer, Roger Mills, and Washita. The document outlines prevailing wage rates for numerous occupations across various categories, including administrative, automotive, food service, health, information technology, and maintenance. Additionally, it details fringe benefits, such as health and welfare, vacation, and holidays, and provides specific instructions for hazardous pay differentials and uniform allowances. The document also includes important notes regarding Executive Orders 13706 and 13658, which address paid sick leave and minimum wage requirements for federal contractors. A conformance process is described for classifying unlisted occupations to ensure appropriate wage rates and benefits are provided.
Sol_140P1226Q0018_Amd_0001.pdf
PDF202 KBMay 8, 2026
AI Summary
This amendment to solicitation 140P1226Q0018/0001 is for a Request for Quotes to replace fire alarm, intrusion alarm, closed-circuit television (CCTV) security systems, and electronic door access control systems at the Washita Battlefield National Historic Site Visitor Center and Administration Building. The purpose of this amendment is to provide responses to submitted questions, the previous inspection report, the site visit sign-in sheet, Visitor Center drawings, and the current alarm type detection report. Offerors must acknowledge receipt of this amendment by completing items 8 and 15 of the Standard Form 30, acknowledging on each copy of the offer, or by separate letter/electronic communication referencing the solicitation and amendment numbers. Failure to acknowledge receipt by the specified date and time may result in the rejection of the offer.
Atch_5_Questions_and_Answers_0001.docx
Word29 KBMay 8, 2026
AI Summary
This document addresses questions and answers regarding a government Request for Proposal (RFP) for security system upgrades, including Access Control Systems (ACS), Closed-Circuit Television (CCTV), Intrusion Detection Systems (IDS), and Fire Alarm Systems (FAS). Key requirements include a 12-month warranty, contractor-supplied access control cards, and replacement of electronic hardware for most controlled doors. For CCTV, multi-sensor cameras are acceptable, and Milestone VMS compatibility is mandatory. The NVR must retain 7 days of motion-based footage at 1080p/4MP with 10–15 FPS. The contractor is responsible for restoring the worksite. For IDS, the existing monitoring station will be utilized. Fire alarm system plans require review and approval by the NPS Fire Code Official, and existing devices are to be removed and replaced, while wiring and conduit may be reused. Backup power for ACS, VSS, and IDS systems must last 8 hours.
Atch_6_Washita_Battlefield_Center_FA_Inspection_-_8_25_25-Redacted_0001.pdf
PDF1876 KBMay 8, 2026
AI Summary
The WASHITA BATTLEFIELD CTR in Cheyenne, Oklahoma, received an annual fire alarm inspection on June 25, 2025, which found all systems to be operational and acceptable. The inspection, conducted in compliance with NFPA 72 standards, included a comprehensive review of 22 alarm notification appliances, 2 batteries and associated equipment, 2 emergency control devices, 1 fire control panel, and 52 initiating devices. All tested components, including various horn strobes, smoke detectors, heat detectors, manual pull stations, and monitor modules, passed both visual and functional inspections. The main fire alarm control panel, a Notifier NFW2-100, and its associated sealed lead-acid batteries were also found to be in satisfactory condition. The system was tagged green, indicating all conditions appear satisfactory.
Atch_7_Site_Visit_Sign_In_0001.pdf
PDF76 KBMay 8, 2026
AI Summary
The document is a sign-in sheet for a site visit at the Washita Battlefield National Historic Site on April 27, 2026, at 10:00 AM CDT. The purpose of the visit is related to a project titled "Replace Life-Safety System - 140P1226Q0018." Attendees include representatives from Chenega Sentinel 360, Tricorps Surveillance, and Convergint, indicating interest from various companies in a potential government contract or bid related to the life-safety system replacement. The sheet records names, signatures, company affiliations, phone numbers, and email addresses of the participants.
Atch_8_WABA_VC_Drawings_0001.pdf
PDF28562 KBMay 8, 2026
AI Summary
The document outlines the proposed Heritage Center and Administration Offices and a Maintenance Facility at the Washita Battlefield National Historic Site in Cheyenne, Oklahoma. It details the project's scope, including site plans, architectural drawings, structural notes, mechanical and electrical plans, and civil engineering specifications for grading, paving, drainage, and utilities. Key consultants are listed, along with add alternates for construction materials and features. The project adheres to 2003 International Building, Mechanical, Plumbing, and Fire Codes, and the 2005 National Electrical Code, ensuring accessibility and safety with fire sprinkler and alarm systems. Estimated earthwork quantities are provided for cut, fill, export, and import. The document emphasizes adherence to AASHTO and IBC standards for construction and safety, along with coordination requirements for utility relocation and site-specific conditions.
Sol_140P1226Q0018_Amd_0002.pdf
PDF203 KBMay 8, 2026
AI Summary
This amendment to solicitation 140P1226Q0018/0002 addresses a Request for Quotes for the replacement of fire alarm, intrusion alarm, CCTV security systems, and electronic door access control system at the Washita Battlefield National Historic Site Visitor Center and Administration Building. The primary purposes of this amendment are to extend the solicitation due date from May 11, 2026, to May 14, 2026, to allow additional time for questions, and to update the solicitation description and include clause 52.222-90 per Executive Order 14398 guidance. Contractors must acknowledge receipt of this amendment in their submission, either by completing specific items, acknowledging on each offer copy, or via separate communication referencing the solicitation and amendment numbers. Failure to acknowledge prior to the deadline may result in the rejection of an offer.
Atch_10_FAR_Clause_52_222-90_0002.docx
Word15 KBMay 8, 2026
AI Summary
The clause 52.222-90, titled "ADDRESSING DEI DISCRIMINATION BY FEDERAL CONTRACTORS," outlines requirements for federal contractors to prevent racially discriminatory Diversity, Equity, and Inclusion (DEI) activities. It defines
Atch_9_Motion_and_Glass_Zones_0001.pdf
PDF117 KBMay 8, 2026
AI Summary
The document details the alarm and security camera systems for a government facility, likely a USFS and NPS shared building, outlining motion and glass breakage alarms by zone and location. It specifies different alarm types: standard motion, 360-degree motion, and glass breakage, noting their physical appearance and installation. Key areas covered include offices, exhibit halls, mailrooms, and entry points, with some alarms designated for 'Night' or 'Exit' use. The document also highlights areas not connected to the alarm system, such as upstairs sliding doors and the bookstore door, and mentions a receiver for glass breakers. Additionally, it describes the placement and wiring of security cameras at the USFS Maint Barn and parking lot, detailing the conduit system and 'Pull boxes' connecting them to the communications room.
Atch_3_Price_Schedule.docx
Word15 KBMay 8, 2026
AI Summary
The document outlines a contract bid schedule for PMIS 345098, detailing four key system replacement and installation items. The bid schedule requires pricing for replacing existing Fire Alarm, Intrusion Alarm, and CCTV Surveillance Systems, as well as providing and installing a new door access control system. Each item is listed as a lump sum (LS) with a quantity of one, requiring bidders to provide individual prices for each component and a grand total. This document serves as a pricing template for contractors to submit their bids for these security and safety infrastructure upgrades, indicating a government RFP for facility modernization.
Atch_1_PWS.pdf
PDF1623 KBMay 8, 2026
AI Summary
The Washita Battlefield National Historic Site requires a qualified contractor to replace and install integrated physical security and life safety systems at its Visitor Center and Administrative Building. The project encompasses the replacement of outdated fire alarm, intrusion alarm, and CCTV surveillance systems, along with the installation of a new electronic door access control system. All work must comply with NPS, DOI, NFPA, and other applicable codes and standards. The contractor is responsible for design, equipment, installation, testing, training, and documentation, ensuring all systems are non-proprietary and operate on a separate, isolated network. The project emphasizes maintaining continuous Visitor Center operations during normal business hours.

Related Contract Opportunities

Project Timeline

postedOriginal Solicitation PostedApr 15, 2026
amendedAmendment #1May 4, 2026
amendedLatest Amendment· Description UpdatedMay 8, 2026
deadlineResponse DeadlineMay 14, 2026
expiryArchive DateMay 29, 2026

Agency Information

Department
INTERIOR, DEPARTMENT OF THE
Sub-Tier
NATIONAL PARK SERVICE
Office
IMR INTERMOUNTAIN REGION(1200)

Point of Contact

Name
Ziegler, Nathan

Place of Performance

Cheyenne, Oklahoma, UNITED STATES
18555 OK-47

Official Sources