WHIS-INTRUSION AND FIRE ALARM MONITORING
ID: 140P8425Q0007Type: Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THENATIONAL PARK SERVICEPWR PORE MABO (84000)POINT REYES STATION, CA, 94956, USA

NAICS

Security Systems Services (except Locksmiths) (561621)

PSC

INSPECTION- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS (H363)

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 a qualified contractor to provide alarm system installation, monitoring, and maintenance services at the Whiskeytown National Recreation Area in California. The procurement includes replacing an outdated alarm controller, conducting inspection, testing, and maintenance (ITM) services, and offering 24/7 alarm monitoring and reporting services, with a contract period spanning a base year and four option years starting March 1, 2025. This initiative is crucial for enhancing safety and security systems within the national park, ensuring compliance with federal regulations and operational standards. Interested small businesses must submit their quotations by adhering to the guidelines outlined in the Request for Quotation (RFQ) and can contact Jack Northcutt at Jack_Northcutt@nps.gov for further information.

    Point(s) of Contact
    Northcutt, Jack
    Jack_Northcutt@nps.gov
    Files
    Title
    Posted
    The National Park Service (NPS) at Whiskeytown National Recreation Area has issued an RFQ for a qualified contractor to replace an outdated alarm system controller and provide comprehensive inspection, testing, maintenance (ITM), and 24/7 monitoring services. The contract encompasses a base year and four option years, starting March 1, 2025. The scope includes the removal of the existing Bosch controller and installation of a new Honeywell DSC control panel and associated equipment, ensuring compliance with NFPA standards. The contractor must also conduct ITM services for fire and intrusion systems, identifying and documenting deficiencies with relevant code citations and preparing itemized cost estimates for repairs. All personnel performing the work must hold appropriate certifications. Alarm monitoring involves continuous oversight and notification of any system activations, with specified procedures for coordination between NPS and the contractor. Invoicing will be conducted electronically through the U.S. Department of the Treasury’s platform. Overall, this RFQ seeks specialized contractors to enhance safety and security systems within the national park, ensuring high standards of operation and compliance with federal regulations.
    The document outlines Wage Determination No. 2015-5627 related to the Service Contract Act, indicating minimum wage rates and fringe benefits for various occupations in California's Shasta County. Contracts effective after January 30, 2022, require compliance with Executive Order 14026, mandating a minimum wage of $17.75 per hour for covered workers, or the applicable higher rate specified in the determination. Occupations range from administrative roles to healthcare positions, with specific pay rates listed for each job title. Additionally, the document details required fringe benefits, including health and welfare contributions, vacation time, and sick leave as per relevant executive orders. The guidance on classifications and conformance processes is included for contractors, ensuring proper wage alignment and legal compliance for employees not explicitly listed. Overall, the purpose is to instructionalize contractors on wage standards and employee benefits under federal contracts, emphasizing adherence to established rules for a fair work environment.
    The document outlines the requirements for submitting a quotation in response to RFQ No. 140P8425Q0007, specifically focusing on demonstrating a Quoter's relevant experience and past performance. Quotations must include details of previous contracts that are similar in nature and scope, along with references from past clients who can vouch for the quality of the services or products provided. Each submission requires specific information such as contract numbers, project titles, amounts, performing dates, agency or owner contact, and a description of the work carried out. This structured approach facilitates the assessment of potential vendors' capabilities and their prior successes in fulfilling similar contracts, ensuring that the government can select qualified entities to meet its commercial product and service needs. The requirement emphasizes the importance of proven performance and experience in government procurement processes.
    The document is a Request for Quotation (RFQ) for alarm system installation, monitoring, and maintenance at the Whiskeytown National Recreation Area. It outlines the services required, delivery timelines, and solicitation details. Key tasks include the removal of an existing Bosch controller and installation of a new Honeywell control panel, along with alarm monitoring and testing services, set to commence from March 1, 2025, through February 28, 2030. The RFQ emphasizes compliance with various federal acquisition regulations, details about contractor requirements, and instructions for submission of quotes, including vendor qualifications and necessary certifications. The document invites prospective contractors to a site visit to better understand project requirements and stresses that proposals must adhere strictly to the terms set forth. The evaluation of submissions will consider price, relevant experience, and past performance in similar projects. This RFQ showcases the government’s aim to secure reliable services while ensuring adherence to operational standards and efficiency.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    ANNUAL FIRE SYSTEMS ITM
    Buyer not available
    The Department of the Interior, specifically the National Park Service, is soliciting quotations for the Annual Fire Systems Inspection, Testing, and Maintenance (ITM) at Big Bend National Park in Texas. The procurement requires qualified vendors to conduct comprehensive inspections of various fire protection systems, including fire alarms and sprinkler systems, ensuring compliance with National Fire Protection Association (NFPA) and International Fire Code (IFC) standards. This initiative is crucial for maintaining life safety systems within the park, thereby ensuring the safety of both visitors and staff. Interested vendors must submit their quotations by February 21, 2025, and can contact Samuel Hyslop at samuelhyslop@nps.gov or 970-880-4482 for further information.
    LANDS-REDW 12-187 SURVEY
    Buyer not available
    The National Park Service (NPS) is seeking qualified contractors to provide professional land surveying services for boundary surveys at Redwood National Park in California, specifically for tracts 12-89, 12-90, and 12-91. The project aims to establish boundaries, mark lines, and investigate potential encroachments from adjacent private properties, ensuring compliance with federal and state regulations. This procurement is critical for effective land management and preservation within the National Park System, contributing to the protection of natural resources and historical markers. Interested small businesses must submit their quotes by February 20, 2025, with questions due by February 11, 2025, and can contact Luis Cibrian at luiscibrian@nps.gov for further information. The total budget for this project is approximately $19 million, with a contract period expected from February 25, 2025, to December 5, 2025.
    S--Unarmed Security Guard Services
    Buyer not available
    The Department of the Interior, specifically the National Park Service, is seeking to procure Unarmed Security Guard Services through a presolicitation notice. The contract, designated as a Firm-Fixed-Price (FFP) arrangement, will span five years, comprising one base year and four optional years, and will cover various locations including the Washington Monument and Lincoln Memorial. This initiative is part of the Indian Small Business Economic Enterprise (ISBEE) set-aside program, emphasizing the government's commitment to supporting small businesses while ensuring compliance with procurement regulations. Interested contractors should prepare for the solicitation release around March 10, 2024, and must register in the System for Award Management (SAM) with a valid Unique Entity Identifier (UEI) to be eligible. For inquiries, contact Michelle Shoshone at michelleshoshone@nps.gov or call 202-578-9322.
    BOISE DISTRICT FIRE ALARM AND SPRINKLER SYSTEM MON
    Buyer not available
    The Department of the Interior, specifically the Bureau of Land Management (BLM), is seeking proposals for fire alarm and sprinkler monitoring and inspection services in Boise, Idaho. The procurement aims to ensure compliance with local fire codes through centralized 24/7 fire alarm monitoring, annual inspections, and backflow testing at three key locations: the Boise District Main Campus, Bruneau Fire Station, and Mountain Home SEAT Base. This initiative underscores the government's commitment to maintaining safety standards in its facilities, with a contract period from April 1, 2025, to March 31, 2029. Interested small businesses must submit their quotes by February 21, 2025, following a mandatory site visit on February 10, 2025, and can contact Thomas Parsons at tparsons@blm.gov for further information.
    DINO: GRD WATER SYSTEM RADIO TRANSMISSION
    Buyer not available
    The Department of the Interior, specifically the National Park Service, is soliciting bids for a federal contract titled "DINO: GRD WATER SYSTEM RADIO TRANSMISSION" aimed at installing and repairing a wireless communication system at Dinosaur National Park. The project involves the installation of a Motorola R56 Standard wireless receiver and transmitter, along with a solar power system, to facilitate reliable communication between the Green River District pumphouse and water storage tanks, thereby enhancing water supply monitoring. This initiative underscores the NPS's commitment to improving infrastructure while promoting small business engagement, as the solicitation is designated as a total small business set-aside. Interested contractors must submit their offers by 8:00 AM on February 14, 2025, and are required to comply with federal acquisition regulations, including registration with the System for Award Management (SAM). For further inquiries, contractors can contact Kiara Stewart at kiarastewart@nps.gov.
    146 CES Repair Base Wide Fire Alarm System
    Buyer not available
    The Department of Defense, through the Army National Guard, is soliciting bids for the "Repair Base Wide Fire Alarm System" project at the 146th Airlift Wing in Port Hueneme, California. This procurement requires contractors to provide all necessary labor, materials, and supervision for the repair of fire alarm systems, with an estimated project value between $1 million and $5 million. The project is critical for ensuring the safety and operational readiness of the facility, and it is set aside exclusively for small businesses under the NAICS code 238210. Interested bidders must submit sealed bids by 1:00 PM PDT on February 27, 2025, and are required to attend a pre-bid conference on January 28, 2025. For further inquiries, potential bidders can contact William Tucker at william.tucker.32@us.af.mil or Toni Wasgatt at toni.wasgatt@us.af.mil.
    N--Purchase & Install Security System
    Buyer not available
    The Bureau of Indian Affairs (BIA) is seeking proposals for the purchase and installation of a new security system at its Southern California Agency office in Riverside, CA, following incidents of vandalism and theft. The project aims to upgrade outdated security equipment, requiring advanced video surveillance, alarm systems, access control features, and compliance with federal regulations, particularly those from the Department of Homeland Security. This initiative is crucial for enhancing the safety of employees and property, with a performance period scheduled from February 17, 2025, to March 31, 2025. Interested contractors must submit their proposals by January 23, 2025, and can direct inquiries to Jodi Zachary at Jodi.Zachary@bia.gov or by phone at 916-978-6005.
    Reroof Diamond X Ranch Maintenance Shop, SAMO
    Buyer not available
    The Department of the Interior, through the National Park Service, is soliciting bids for the reroofing of the Diamond X Ranch Maintenance Shop located in the Santa Monica Mountains National Recreation Area, California. The project involves replacing the roofs of the main center and east sections of the shop, requiring contractors to provide all necessary labor, materials, supervision, and equipment, while adhering to federal regulations, including the Davis-Bacon Act for wage determinations. This initiative is crucial for maintaining government infrastructure and ensuring public safety, with an estimated project cost between $100,000 and $250,000, and a completion timeline of 35 days post-Notice to Proceed. Interested small businesses must submit their quotations by the specified deadline and can contact Quinn Rankin at quinnrankin@nps.gov for further information.
    Z--YOSE REPLACE WELCOME CENTER ENTRY DOORS
    Buyer not available
    The Department of the Interior, through the National Park Service, is seeking a contractor to replace the entry doors at the Welcome Center in Yosemite National Park, California. The project involves demolishing the existing doors and installing two pairs of aluminum storefront doors with associated hardware, addressing safety and accessibility concerns, including the installation of panic hardware. This procurement is set aside for small businesses, with a contract value estimated between $25,000 and $100,000, and proposals are due by approximately March 3, 2025. Interested parties should contact Brian Roppolo at brianroppolo@nps.gov or 206-220-4215 for further details and ensure they are registered in the System for Award Management (SAM) prior to submission.
    CHIRICHAHUA NATIONAL MONUMENT (CHIR) requires the
    Buyer not available
    The Department of the Interior, through the National Park Service, is seeking proposals for the replacement of the Fuel Island and Tanks at Chiricahua National Monument in Arizona. This procurement requires contractors to provide all necessary labor, materials, and equipment as detailed in the solicitation, with a focus on adhering to federal regulations regarding labor standards, safety, and environmental protocols. The project is crucial for maintaining the infrastructure of the national monument, ensuring the preservation of its historical and natural resources. Interested contractors must attend a mandatory site visit on February 20, 2025, and submit their quotes by March 7, 2025, with work expected to commence shortly after award notification and be completed by June 10, 2025. For further inquiries, contact Taylor Jones at TaylorAJones@nps.gov or call 520-780-9294.