FIRE SUPPRESSION SYSTEM CODE CORRECTION - ANCHORAG
ID: 140P9725Q0033Type: Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THENATIONAL PARK SERVICEALASKA REGIONAL OFFICE(97000)ANCHORAGE, AK, 99501, USA

NAICS

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

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- FIRE CONTROL EQUIPMENT (J012)

Set Aside

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

    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 ronald_bunch@nps.gov or by phone at 907-201-7719.

    Point(s) of Contact
    Files
    Title
    Posted
    The ARO Curatorial High Density Shelving project in Anchorage, Alaska, overseen by the National Park Service, features final construction documents that include critical fire suppression hydraulic calculations by Design Alaska, Inc. The project is designated for an area of 2,500 ft², utilizing a wet sprinkler system with a total of 132 sprinklers calculated for fire safety. The hydraulic calculations detail water supply parameters, with the flow rates and pressure requirements to ensure compliance with fire safety standards. The data indicates a total water requirement of 43.423 gpm, taking into account safety margins. The document outlines the precise specifications for each sprinkler and provides analysis relevant to occupancy classification and hydraulic performance. This detailed report underscores the project's commitment to safety and effective fire suppression in historical preservation contexts, aligning with federal safety regulations and local building codes.
    The document outlines plans for modifying an existing wet pipe sprinkler system to accommodate high-density mobile shelving in Anchorage, Alaska. Key components include existing and new sprinkler pipe specifications, hydraulic calculations, and installation requirements according to the National Fire Protection Association (NFPA) standards. The system is classified as Extra Hazard Group 1, necessitating a design density of 0.30 gallons per minute per square foot over 2,500 square feet. It involves demolishing certain components and ensuring all new installations are compliant with applicable codes, including UL listings. A comprehensive review and approval process is mandated by the Municipality of Anchorage Fire Marshal. Furthermore, the fire suppression project emphasizes safety during installation, with requirements to coordinate existing system shutdowns and prevent water discharge on walkways. The document sets clear expectations for contractors regarding material quality and compliance with fire safety regulations. This project reflects a proactive approach to enhancing the facility's fire protection capabilities in readiness for increased storage demands while ensuring ongoing safety for building occupants throughout the construction phase.
    The AKRO 342897A document outlines the general requirements for a fire suppression modification project at the Alaska Regional Office in Anchorage, scheduled for completion by August 1, 2025. The project necessitates updating the existing fire sprinkler system to meet local building codes, particularly to protect high-density storage units housing important curatorial items. Key responsibilities include obtaining necessary approvals from the Municipality of Anchorage, coordinating on-site activities with curatorial staff, and ensuring the protection of stored items during modifications. The document details compliance with safety standards, environmental regulations, and outlines the expectations for contractor conduct, work schedules, and site examinations. It emphasizes the importance of documentation, including preconstruction submittals, accident prevention plans, and maintaining operational safety during construction. A final project closeout process requires the contractor to deliver a thorough cleaning, address any punch list items, and submit all necessary certification and warranties before receiving final acceptance and payment. This project is indicative of federal and local government collaborations to enhance safety and compliance standards within public facilities.
    The document outlines the General Decision Number AK20250001 associated with prevailing wage rates for construction projects in Alaska, relevant to contracts under the Davis-Bacon Act. It specifies wage rates required for various labor classifications in building and heavy construction, excluding residential sectors. Key provisions include the applicability of Executive Orders 14026 and 13658, with minimum wage rates for contracts awarded on or after specified dates. For 2025, contractors are required to pay at least $17.75/hour as per EO 14026 or $13.30/hour as per EO 13658, depending on contract specifics. The document lists wage rates for various labor categories such as asbestos workers, boilermakers, electricians, and laborers, with specified fringe benefits. Each classification includes detailed descriptions of duties and the geographic considerations affecting wages, particularly divided by regions north and south of the 63rd parallel. The summary also outlines the appeals process for disputing wage determinations, providing contact information for relevant offices within the U.S. Department of Labor. This framework serves to ensure compliance with federal wage standards, emphasizing worker protections in government-funded projects.
    The National Park Service (NPS) is soliciting bids for construction services focused on Fire Suppression System Code Corrections at the Alaska Regional Office, under Request for Quotation (RFQ) 140P9725Q0033. This firm-fixed-price contract, set aside exclusively for small businesses, specifies a contract magnitude between $25,000 and $100,000, with an expected performance period from June 2, 2025, to August 15, 2025. Vendors must submit sealed quotes by May 26, 2025, and are encouraged to ask questions until May 20, 2025. To evaluate bids, the NPS will assess technical capability, prior experience on similar projects, and total price. The solicitation emphasizes compliance with Federal Acquisition Regulations (FAR) provisions while requiring adequate documentation of each vendor's qualifications and project history. The RFQ underscores the commitment to promoting small businesses and sets forth guidelines regarding labor wage determinations, construction codes, and meeting safety standards through contractor performance. Adherence to submission guidelines and timely communication with the designated contracting officer is crucial for potential vendors seeking consideration for the award.
    Lifecycle
    Title
    Type
    Similar Opportunities
    J--GLBA CORRECT MEDIUM VOLTAGE DEFICIENCIES
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is seeking qualified small businesses to address medium voltage deficiencies at Glacier Bay National Park in Alaska. The project involves upgrading the electrical distribution system to correct code violations, enhance grounding and neutral systems, and replace outdated components, ensuring improved reliability and safety. This procurement is critical for maintaining the park's electrical infrastructure, which supports various operations and visitor services. Interested contractors must submit their quotes by December 17, 2025, with a performance period anticipated from September 24, 2025, to May 1, 2026. For further inquiries, contact Ronald Bunch at ronaldbunch@nps.gov or call 907-201-7719.
    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.
    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" 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 the park's operational integrity and ensuring environmental compliance, with a total estimated contract value exceeding $10 million. Interested small businesses must submit their proposals by January 6, 2026, and can direct inquiries to Vicki Freese-Supler at vickilfreese-supler@nps.gov or call 720-402-8467.
    Campground Renovation Supplies (Plumbing, Lumber)
    Interior, Department Of The
    The National Park Service is seeking qualified vendors to provide campground renovation supplies, specifically plumbing and lumber materials, for Yosemite National Park. This procurement aims to support extensive renovations at the Wawona Campground, including plumbing upgrades and the replacement of a retaining wall, with a detailed supply list provided for necessary items such as sewer fittings and PEX fittings. The contract will be awarded based on the best value, considering price, technical conformance, and delivery, with a firm fixed-price purchase order anticipated. Interested small businesses must submit their quotes via email by 12:00 PM Pacific Time on December 17, 2025, and direct any questions to Charlene Flanagan at charleneflanagan@nps.gov by December 12, 2025.
    Z--FODO 253278 - Fort Donelson VC Rehabilitation
    Interior, Department Of The
    The National Park Service (NPS) is soliciting proposals for the rehabilitation of the Visitor Center at Fort Donelson National Battlefield in Dover, Tennessee, under solicitation number 140P2025R0054. The project involves a comprehensive renovation, including the construction of a three-story glass and steel addition with an elevator, interior interpretive areas, and upgrades to various systems and utilities, all while adhering to historical preservation guidelines and compliance with relevant building codes. This rehabilitation is crucial for enhancing visitor facilities and ensuring accessibility, with an estimated construction magnitude between $1,000,000 and $5,000,000. Interested contractors must submit their proposals by December 22, 2025, at 1700 ET, and can direct inquiries to John Babcock at johnbabcock@nps.gov or by phone at 303-969-2626.
    J--LAKE25-101-CC LIFT STATION PUMP REPAIR
    Interior, Department Of The
    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.
    AK USFS Chug1004 9(1), Vagt Lake Trailhead
    Transportation, Department Of
    The Department of Transportation, specifically the Federal Highway Administration, is seeking qualified contractors for the Vagt Lake Trailhead project located in the Kenai Peninsula Borough, Alaska. The project involves excavation, grading, installation of a vault toilet, concrete work for ADA-compliant parking and walkways, and sign installation over a length of 0.13 miles. This initiative aims to enhance recreational access and ensure environmental conservation in the Chugach National Forest, aligning with federal infrastructure development goals. The contract is a sealed bid, firm-fixed-price type, with an estimated price range between $700,000 and $2,000,000, and is set to be solicited in winter 2024/2025. Interested vendors can contact the Contracts G. Office at wfl.contracts@dot.gov or call 360-619-7520 for further information.
    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.
    Y--Beach Access Upgrades
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is seeking bids for the Beach Access Upgrades project at Apostle Islands National Lakeshore in Bayfield, WI. The project involves the removal and demolition of existing structures and vegetation, followed by the construction of a staircase, pathway, concrete paving adjacent to the parking lot, retaining walls, and vegetative surface restoration. This initiative is crucial for enhancing visitor access and safety at the park. The contract, valued between $500,000 and $750,000, is set aside for total small businesses, with an anticipated award date in March/April 2026 and work expected to commence shortly thereafter. Interested contractors should contact Craig D. Bryant at craigbryant@nps.gov or 440-717-3706 for further details.
    Z--Nicodemus NHS - Tuckpoint Masonry & Painting
    Interior, Department Of The
    The National Park Service (NPS) is conducting a market survey to identify qualified contractors for a tuckpointing, masonry, and painting project at Nicodemus National Historic Site in Kansas. The project involves cleaning approximately 3,747 square feet of exterior stone and brick, removing and replacing loose mortar, and inspecting and replacing glazing on multiple pane steel frame windows. This work is crucial for the preservation of the historic site and is anticipated to commence in late March 2026, with a project magnitude estimated between $25,000 and $100,000. Interested small businesses must be registered in the System for Award Management (SAM) under NAICS code 238140 and submit their responses, including a capability statement and bonding limits, via email to Adam Kircher at adamkircher@nps.gov by December 23, 2025, at 1200 CST.