YOSE-INSTALL FIRE SPRINKLERS AT WAQ 4065
ID: 140P8526Q0012Type: Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THENATIONAL PARK SERVICEPWR SF/SEA MABO(85000)SAN FRANCISCO, CA, 94104, USA

NAICS

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

PSC

MAINTENANCE OF WATER SUPPLY FACILITIES (Z1NE)

Set Aside

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

    The Department of the Interior, National Park Service (NPS), is soliciting quotes for the installation of a Residential Fire Sprinkler System at a residence in Yosemite National Park, specifically WAQ 4065. This procurement is a total small business set-aside, requiring contractors to provide all necessary mobilization, labor, materials, and equipment for the project, which is essential for ensuring compliance with current building codes following damage from winter storms. Proposals must be submitted via email by January 28, 2026, at 12:00 PM PST, with a site visit scheduled for January 21, 2026, at 11:00 AM PST; interested parties can direct inquiries to Brian Roppolo at brian_roppolo@nps.gov. The estimated construction magnitude is less than $25,000, and the NAICS code for this opportunity is 238220, with a small business size standard of $19.0 million.

    Point(s) of Contact
    Files
    Title
    Posted
    This government file outlines a contract price schedule for the Yosemite National Park Residential Fire Sprinkler System-WAQ 4065 project. It details the required submission of a quote for all items in accordance with the statement of work, emphasizing that amounts should be in whole dollars and only the total price provided. The schedule specifies three Contract Line Item Numbers (CLINs): 0001 for Materials, 0002 for Labor, and 0003 for Overhead and Profit, all to be quoted as a LUMP SUM. Instructions clarify that costs for any work not explicitly listed should be included in a related bid item. It also states that in case of pricing errors, the unit price governs for extensions, and the total of the corrected quote amount governs for summation. All work items must be included in the Contractor’s price schedule, culminating in a 'TOTAL BASE BID' amount.
    The National Park Service requires the design and installation of a new fire sprinkler system for a residential housing unit (WAQ 4065) in the Wawona District of Yosemite National Park. This project is a direct result of damage sustained during 2023 winter storms, necessitating a fire suppression system for reoccupation in accordance with current building codes. The scope of work includes designing and installing a wet pipe system adhering to NFPA 13D standards, installing galvanized and CPVC piping, insulating all wet system piping, installing a backflow preventer, supplying a fire alarm bell, providing spare heads and a wrench, and an Inspector's Test Valve. The contractor is responsible for testing the system, providing a passed test report, and disposing of all debris outside the park. The period of performance is from task order award to September 30, 2026. Hauling restrictions and specific on-site work hours apply, and contractors must observe bear and animal safety protocols.
    General Decision Number: CA20260018, effective January 2, 2026, supersedes CA20250018 and outlines prevailing wage rates for building, heavy, and highway construction projects in various California counties. This document specifies wage and fringe benefit rates for numerous crafts, including asbestos removal, boiler-makers, bricklayers, carpenters, electricians, elevator mechanics, operating engineers (dredging, landscape, power equipment), ironworkers, and laborers. It details specific rates for different areas within these counties and provides classification descriptions for various roles. Additionally, it defines premium pay for certain hazardous or high-altitude work conditions and lists recognized holidays for some crafts, ensuring fair compensation and compliance with federal and state labor laws in construction projects within the designated regions.
    The Department of the Interior, National Park Service (NPS), is issuing Request for Quotation (RFQ) 140P8526Q0012 for the installation of a Residential Fire Sprinkler System at a residence in Yosemite National Park. This procurement is a 100% Small Business set-aside, with a NAICS code of 238220 and a small business size standard of $19.0 million. The estimated construction magnitude is less than $25,000. The contractor will be responsible for all mobilization, labor, supervision, materials, equipment, transportation, site rehabilitation, clean-up, and demobilization. Proposals are due by email no later than January 28, 2026, at 12:00 PM PST. A site visit is scheduled for January 21, 2026, at 11:00 AM PST. Award will be based on the best value to the government, considering price, technical capability, and prior experience.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    Y--YOSE 215363 - Replace Tuolumne Meadows WWTP
    Interior, Department Of The
    The National Park Service (NPS) is soliciting proposals for the replacement of the Tuolumne Meadows Wastewater Treatment Plant (WWTP) at Yosemite National Park, identified as project YOSE 215363. This project aims to construct a new facility adjacent to the existing 50-year-old plant, which currently serves a 500-site campground and other park facilities, handling up to 60,000 gallons of wastewater per day. The contract encompasses a comprehensive scope of work, including demolition of the old facility, construction of new structures, and installation of advanced systems for wastewater treatment, with a performance period extending from June 3, 2025, to June 30, 2033. Interested contractors must submit their proposals by January 16, 2026, and can direct inquiries to Mark Barber at markbarber@nps.gov or by phone at 721-621-7310.
    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 Package 1" 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 park operations and ensuring environmental protection within the park boundaries. Proposals are due by January 15, 2026, and interested parties should contact Vicki Freese-supler at vickilfreese-supler@nps.gov or 720-402-8467 for further details. The project is a Total Small Business Set-Aside with an estimated value exceeding $10 million, and all proposals must comply with the outlined specifications and requirements.
    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.
    Comfort Station Supplies
    Interior, Department Of The
    The National Park Service is seeking quotes for Comfort Station Supplies for the Munising Falls Comfort Station at Pictured Rocks National Lakeshore. This procurement, identified by solicitation number 140P6426Q0005, is set aside for Total Small Businesses under NAICS code 321113, and includes a variety of plumbing, electrical, and building materials essential for the project. The selected contractor will be required to deliver all materials within 90 calendar days after contract award, with quotes due by January 13, 2026, and questions accepted until January 5, 2026. Interested vendors must submit their proposals via email to Jarrod Brown at jarrodbrown@nps.gov, ensuring they are registered in the System for Award Management (SAM) and meet the small business size standards.
    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.
    H912--Sources Sought 5 Year Sprinkler Testing/Inspection for VA Palo Alto Heath Care System (VAPAHCS)
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking qualified contractors to provide NFPA 5-Year Sprinkler Testing and Inspection services for the VA Palo Alto Health Care System (VAPAHCS). The procurement aims to ensure compliance with safety standards across 70 buildings located in the Livermore, Menlo Park, Palo Alto, and Mountain View campuses, focusing on thorough inspections while adhering to industry codes and site policies. This opportunity is critical for maintaining fire safety and compliance within VA facilities, and interested contractors must submit their capability statements to Contract Specialist Tim Smith via email by January 13, 2026, at 1:00 P.M. PST. The applicable NAICS code is 238220, with a small business size standard of $19 million, and all interested parties must be registered in the System for Award Management (SAM).
    Z--ROOF REPLACEMENT AT FORT MATANZAS NATIONAL MONUMENT
    Interior, Department Of The
    The Department of the Interior's National Park Service (NPS) is preparing to issue a Request for Proposals (RFP) for a Firm Fixed Price construction contract focused on roof replacement at the Visitor Center and Law Enforcement Buildings within Fort Matanzas National Monument, located in St. Augustine, Florida. The project requires comprehensive labor, materials, and supervision to complete the work in accordance with the forthcoming Statement of Work and Drawings. The estimated contract value ranges between $25,000 and $100,000, with a total small business set-aside under NAICS Code 238160, necessitating active registration in SAM.gov. Interested contractors should monitor SAM.gov for the solicitation release around January 5, 2026, and are encouraged to attend a scheduled site visit to fully understand the project requirements. Proposals must be submitted electronically, with the contract expected to be awarded in late March or early April 2026. For further inquiries, contact Yujeiry Eusebio at TonyEusebio@nps.gov or call 470-819-0959.
    DEVA 335272 Repair Flood Damaged Titus Canyon Road
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting proposals for the "DEVA 335272 Repair Flood Damaged Titus Canyon Road" project in Death Valley National Park. The primary objective is to repair approximately 14 miles of flood-damaged roadway and the Falls Canyon Trailhead parking area, restoring it to its pre-flood condition while implementing enhancements to prevent future flood damage. This project is crucial for maintaining access to remote areas and ensuring environmental protection, as it requires adherence to strict guidelines for wildlife and vegetation preservation. Proposals are due by January 28, 2026, at 11:00 AM MT, with a construction budget estimated between $5 million and $10 million. Interested contractors should contact Rachel Dyer at racheldyer@nps.gov for further information.
    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--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, Wyoming. This federal contract involves extensive construction work exceeding $10 million, focusing on the rehabilitation and upgrade of wastewater treatment facilities, including the demolition of existing structures and the construction of new facilities such as headworks, bioreactors, and lift stations. The project is crucial for improving the park's wastewater management systems and ensuring compliance with environmental regulations. Proposals are due by January 30, 2026, and interested parties should direct inquiries to Vicki Freese-Supler at vickilfreese-supler@nps.gov or call 720-402-8467.