H--FIRE SYSTEM UPS INSPECTIONS IAW SOW
ID: 140P6425Q0111Type: Combined Synopsis/Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THENATIONAL PARK SERVICEMWR OHIO(64000)Macedonia, OH, 44067, USA

NAICS

All Other Professional, Scientific, and Technical Services (541990)

PSC

INSPECTION- COMMUNICATION, DETECTION, AND COHERENT RADIATION EQUIPMENT (H358)

Set Aside

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

    The Department of the Interior, through the National Park Service, is seeking qualified contractors for the annual inspection and testing of eight Uninterrupted Power Supply (UPS) units at Gateway Arch National Park. The procurement aims to ensure the operational reliability of these critical components of the fire suppression system, with a contract period starting September 15, 2025, and extending through September 14, 2026, including options for two additional years. This initiative is vital for maintaining safety and functionality during power outages, thereby protecting both visitors and staff at the park. Interested small businesses must submit their quotes by noon EDT on August 28, 2025, and can direct inquiries to Colette Riegelmayer at colette_riegelmayer@nps.gov or by phone at 330-468-2500.

    Point(s) of Contact
    Riegelmayer, Colette
    (330) 468-2500
    (303) 987-6792
    colette_riegelmayer@nps.gov
    Files
    Title
    Posted
    The Register of Wage Determinations under the Service Contract Act outlines minimum wage requirements for contracts awarded or extended on or after January 30, 2022, including a minimum wage of $17.75 per hour or the applicable higher rate for covered workers in 2025. It specifies the wage rates for various occupations, fringe benefits, and the process for classifying any unlisted occupations. Additionally, it highlights relevant executive orders regarding paid sick leave and employee protections, alongside instructions for requesting additional classifications and wage rates.
    The Gateway Arch National Park is seeking a certified contractor to conduct annual inspections and testing of its eight Uninterrupted Power Supply (UPS) units, essential for maintaining the functionality of its fire suppression system. The project involves a base year with two potential option years, starting September 1, 2025, and later extending through 2028. The selected contractor will perform preventative maintenance, including comprehensive inspections of the units, checking electrical connections, monitoring operating systems, and conducting operational tests in cooperation with the park's Contracting Officer Representative (COR). Special conditions require adherence to safety regulations and accountability for any damages incurred during the process. The inspections are critical to ensuring visitor safety during power outages by maintaining continuous power to the fire suppression system in the Gateway Arch National Park, which welcomes the public nearly every day of the year. The contractor's work must align with predetermined scheduling and operational guidelines set by the National Park Service. Overall, this initiative reflects the government's commitment to upholding safety and efficiency in national park operations.
    The U.S. Department of the Interior, through the National Park Service at the Gateway Arch National Park, has issued a Request for Proposal (RFP) regarding the inspection of the Uninterrupted Power Supply (UPS) system as outlined in the Statement of Work (SOW). The RFP includes a price schedule for three contract periods: the Base Year running from September 15, 2025, to September 14, 2026, and two option years extending through September 2028. Each contract period entails a single unit evaluation of the UPS system, although no pricing information has been provided in the document. The main objective of this project is to ensure the operational reliability and safety of the fire system’s UPS through regular inspections. This initiative underscores the federal government's commitment to maintaining infrastructure integrity and reliability at national parks, which is critical for visitor safety and park operations.
    The Gateway Arch National Park is seeking a qualified contractor for the annual inspection and testing of eight Uninterrupted Power Supply (UPS) units, which are critical components of the fire suppression system. This project includes a base year and two optional years, ensuring continuous power for the safety of visitors and staff. The contractor will conduct comprehensive visual inspections, assess internal and external operating parameters, check environmental conditions, and inspect battery cabinets and monitoring systems. Specific tasks include power outage simulations, generator testing, and providing a detailed written report with recommendations. All work must adhere to strict safety and inspection standards, with operations scheduled Monday through Friday from 6:00 a.m. to 2:30 p.m. at the Gateway Arch National Park in St. Louis, Missouri.
    This amendment to Solicitation # 140P6425Q0111 addresses questions related to the Fire UPS Systems Inspection – JEFF. It provides serial numbers for six Eaton FE1.8KVA UPS units that were requested. Additionally, it clarifies that there are two Eaton 93PM-100-2 UPS cabinets, each with its own 93PM IBC-S Integrated Battery Cabinet, and provides the serial numbers for both UPS units and their respective battery banks. This document is an amendment to a government solicitation, specifically providing technical details and clarifications in response to vendor questions, which is common practice in federal RFPs to ensure all bidders have comprehensive information.
    The National Park Service is issuing Request for Quotation 140P6425Q0111, a total small business set-aside for annual inspection and testing of eight Uninterrupted Power Supply (UPS) units at Gateway Arch National Park. Quotes are due by August 28, 2025, with questions accepted until August 18, 2025. The firm-fixed-price contract, effective September 15, 2025, for one year with two option years, requires offerors to submit a price schedule, evidence of technical capability and prior experience, and SAM registration details. Evaluation will be based on price, technical capability, and prior experience, with award going to the most advantageous offer. The solicitation incorporates various FAR clauses, including those related to supply chain security, telecommunications equipment, and labor standards.
    Solicitation 140P6425Q0111/0001, an amendment to a federal government Request for Proposal (RFP), modifies the original solicitation by extending the bid due date from Noon EDT 26-AUG-25 to Noon EDT 28-AUG-25. The amendment also includes the posting of a Q&A document and a revised Statement of Work. All other terms and conditions of the initial solicitation remain unchanged. Offerors must acknowledge receipt of this amendment by returning one signed copy of the SF 30 with their final quote. The Period of Performance for the contract is set from September 15, 2025, to September 14, 2026. This amendment ensures that all potential bidders are informed of the updated submission deadline and revised documentation, which are critical for fair and compliant participation in the federal procurement process.
    The National Park Service is issuing a Request for Quote (RFQ) for an Uninterrupted Power Supply (UPS) Inspection Service at Gateway Arch National Park, with a solicitation number 140P6425Q0111. The contract aims to secure annual inspections and tests for eight UPS units, specifically six Eaton FE1.8KVA and two Eaton 93PM-100-2 units, ensuring compliance with the attached Statement of Work. The expected performance period is from September 15, 2025, to September 14, 2026, with potential options for two additional years. This RFQ is set aside for Total Small Businesses under the NAICS code 541990, with a size standard of $19.5M. Proposals must be submitted via email by 12:00 PM ET on August 26, 2025, and inquiries are due by August 18, 2025. Evaluation will focus on price, technical capability, and prior experience, with preference given to the most advantageous offer for the government. Compliance with various federal regulations and labor standards is required, ensuring fair labor practices and safety requirements are met throughout the project lifecycle. This solicitation emphasizes transparency and encourages small business participation in federal contracting opportunities.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    J--GLBA CORRECT MEDIUM VOLTAGE DEFICIENCIES
    Buyer not available
    The Department of the Interior, through the National Park Service's Alaska Regional Office, is seeking qualified contractors to address medium voltage deficiencies at Glacier Bay National Park in Alaska. The project involves upgrading and modifying the electrical distribution system to correct code violations, enhance grounding and neutral systems, and replace outdated components, ensuring improved reliability and safety of the electrical infrastructure. This procurement is a total small business set-aside, with a performance period anticipated from September 24, 2025, to May 1, 2026, and offers are due by December 9, 2025, at 1700 ET. Interested parties can contact Ronald Bunch at ronaldbunch@nps.gov or by phone at 907-201-7719 for further details.
    J--LAKE25-101-CC LIFT STATION PUMP REPAIR
    Buyer not available
    The Department of the Interior, through the National Park Service, is soliciting proposals for the repair of two lift station pumps at Lake Mead, Nevada, under solicitation number 140P8125Q0031. The project involves comprehensive maintenance tasks, including cleaning, disassembling, repairing broken components, and testing the pumps to ensure operational efficiency, with a performance period scheduled from July 8, 2025, to August 8, 2025. This initiative is crucial for maintaining essential infrastructure within national recreation areas, reflecting the government's commitment to operational readiness and support for small businesses. Interested contractors must submit their quotes electronically by June 6, 2025, and can direct inquiries to Maria Stubitz at CrisStubitz@nps.gov or by phone at 702-293-8940.
    Y--GLCA 318876 Low Water Access Ramp at Antelope Poin
    Buyer not available
    The Department of the Interior, through the National Park Service, is soliciting proposals for the GLCA 318876 Low Water Access Ramp project at Antelope Point, Arizona. This federal contract aims to reconstruct and extend the Antelope Point Launch Ramp and improve associated parking facilities in response to historically low water levels at Lake Powell. The project is significant for enhancing access to recreational areas and ensuring safety for users, with a total estimated contract value exceeding $10 million and a performance period of 1,095 calendar days. Interested offerors must submit their proposals by December 8, 2025, and can direct inquiries to Zaira Lupidi at zairalupidi@nps.gov.
    Government Publishing Office FY26 Equipment Inspection
    Buyer not available
    The United States Government Publishing Office (GPO) is seeking a NETA-certified vendor to provide inspection, testing, and repair services for electrical equipment at its Washington, DC campus, encompassing a total area of 1.5 million square feet. The procurement involves a Firm Fixed Price (FFP) contract for the inspection and maintenance of 96 low voltage and 52 medium voltage circuit breakers, as well as 26 protective relays, with the aim of ensuring reliable power control and mitigating risks associated with electrical failures. Interested vendors must submit their quotes electronically by December 15, 2025, at 5:00 pm EST, and will be evaluated based on a Lowest Price Technically Acceptable (LPTA) methodology, requiring an 'Acceptable' rating for the technical approach and 'Satisfactory' for past performance. For further inquiries, potential offerors can contact Michael McKenzie at mrmckenzie@gpo.gov or Troy D. White at twhite@gpo.gov.
    Y--GLAC 318705 Replace Utility Systems - Construction
    Buyer not available
    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 aims to replace and upgrade water and septic utility systems, specifically focusing on improvements to the St. Mary Water System, St. Mary Winter Septic System, and Two Medicine System. The initiative is critical for maintaining the park's infrastructure and ensuring compliance with health and safety regulations while minimizing environmental impact. Interested small businesses must submit their proposals by January 6, 2026, at 2:00 p.m. Mountain Time, and can direct inquiries to Vicki Freese-supler at vickilfreese-supler@nps.gov or by phone at 720-402-8467. The estimated contract value exceeds $10 million, with a performance period spanning from August 4, 2025, to July 31, 2027.
    Solicitation of a Concession Business Opportunity to Operate Pack Station, Guided Trail Rides, and Other Services within Sequoia and Kings Canyon National Parks
    Buyer not available
    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.
    J061--UPS Maintenance - NWI
    Buyer not available
    The Department of Veterans Affairs is seeking quotes for Uninterruptible Power Supply (UPS) maintenance services for the Nebraska Western Iowa Healthcare System. This procurement, identified by solicitation number 36C26326Q0162, requires comprehensive maintenance, including semiannual preventive services, battery replacements, and full-service repairs for various UPS units across multiple VA facilities in Nebraska and Iowa. The contract is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and will be awarded as a firm fixed-price base contract with four option years, covering the period from January 1, 2027, to December 31, 2030. Interested contractors must submit their quotes via email to James Miller at james.miller4@va.gov by December 11, 2025, and ensure they are registered in the System for Award Management (SAM) database. Technical questions are due by December 4, 2025.
    Y--VICK 209252 Stabilize Mint Spring Bayou & VICK 310725/324137 Stabilize Terraces
    Buyer not available
    The Department of the Interior's National Park Service is seeking market information from businesses regarding two stabilization projects at Vicksburg National Military Park in Mississippi. The projects aim to stabilize Mint Spring Bayou and the Terraces and Graves, addressing significant erosion that has impacted veteran gravesites and cultural resources within the park. Given the cultural significance of the site, the anticipated construction projects are expected to exceed $15 million and will require compliance with archaeological preservation measures. Interested businesses must submit their qualifications, including company information and bonding capacity, by April 2, 2025, in response to the Sources Sought Notice, as a Request for Proposal (RFP) is anticipated to be issued in 2025. For further inquiries, interested parties can contact Carlos Garcia at carlosgarcia@nps.gov or by phone at 720-900-6595.
    Solicitation of a Concession Business Opportunity to Operate Guided Water Tours, Food & Beverage, and Retail Services within Lake Mead National Recreation Area
    Buyer not available
    The National Park Service (NPS) is soliciting proposals for a ten-year concession contract to operate guided water tours, food and beverage services, and retail operations within the Lake Mead National Recreation Area, starting in December 2026. The selected concessioner will manage the government-owned Desert Princess vessel and is expected to make an estimated investment of $485,000, with projected first-year revenues ranging from $1.3 million to $1.44 million, alongside a tiered franchise fee structure. This initiative is part of the NPS's Commercial Services Program, aimed at enhancing park operations and promoting regional economic development. Interested parties must register for a site visit by November 28, 2025, submit questions by December 10, 2025, provide a notice of intent to propose by January 29, 2026, and submit their proposals electronically by February 19, 2026. For further inquiries, contact Mark Juretschke at markjuretschke@nps.gov.
    C--Sources Sought Notice
    Buyer not available
    The Department of the Interior, specifically the National Park Service (NPS), is seeking qualified architect-engineer firms to provide multi-disciplinary design services through a Sources Sought Notice. This procurement aims to gather information on interested businesses to develop an acquisition strategy for a competitive Multiple Award Indefinite Delivery Indefinite Quantity (IDIQ) contract, which will cover a five-year ordering period with a maximum value of $150 million and individual task orders not exceeding $3 million. The services will support projects located throughout the Intermountain Region and potentially nationwide, emphasizing the importance of professional licenses and compliance with federal regulations. Interested firms must respond by January 16, 2026, at 3:00 PM Mountain Time, and can contact Edwin Berry at edwinberry@contractor.nps.gov or by phone at 303-969-2288 for further information.