S--CO ROCKY MTN ARSNL NWR BPA for monitoring, inspect
ID: 140FS225Q0085Type: Solicitation
AwardedJun 11, 2025
AwardeeELEVEN BRAVO GROUP, LLC 333 N UNIVERSITY DR APT 229 Plantation FL 33324 USA
Award #:140FS225A0022
Overview

Buyer

INTERIOR, DEPARTMENT OF THEUS FISH AND WILDLIFE SERVICEFWS, SAT TEAM 2Falls Church, VA, 22041, USA

NAICS

Security Systems Services (except Locksmiths) (561621)

PSC

HOUSEKEEPING- FIRE PROTECTION (S202)

Set Aside

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

    The U.S. Department of the Interior, through the U.S. Fish and Wildlife Service, is seeking qualified small businesses to establish a Blanket Purchase Agreement (BPA) for the monitoring, inspection, and service of fire alarm systems at the Rocky Mountain Arsenal National Wildlife Refuge (NWR) in Colorado. The contractor will be responsible for providing 24/7 monitoring, annual inspections compliant with NFPA 25 standards, and general maintenance of the fire alarm systems, ensuring compliance with safety regulations and effective emergency response protocols. This procurement is vital for maintaining fire safety standards across federally protected wildlife areas, reflecting the government's commitment to safety and environmental stewardship. Interested vendors must submit their quotes by May 23, 2025, with a total funding amount not to exceed $250,000 for the contract period from June 2, 2025, to June 1, 2030. For further inquiries, contact Caleb Kindsvater at caleb_kindsvater@fws.gov or by phone at 303-236-4334.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines the maintenance pricing and inspection requirements for the Colorado Front Range National Wildlife Refuge Complex. It specifies costs related to annual inspections for various buildings including the headquarters and visitor center, with details on fire alarm and sprinkler inspections where applicable. The pricing structure is presented in a tabular format, indicating separate line items for building maintenance, service call rates, and communications infrastructure. Notably, it indicates that certain buildings do not require sprinkler systems, which suggests a focus on safety and compliance without necessarily needing extensive fire suppression measures. The overall purpose of this document is to facilitate financial planning and ensure readiness for maintenance services as part of responding to federal and state RFPs. It emphasizes the importance of regular monitoring and inspection to uphold building safety standards within the National Wildlife Refuge Complex.
    The Blanket Purchase Agreement for the Colorado Front Range National Wildlife Refuge Complex outlines the requirements for maintaining and monitoring fire alarm systems at various refuge locations, specifically the Rocky Mountain Arsenal NWR. The contractor will provide three essential services: 24/7 critical monitoring of fire alarm systems, annual inspections compliant with NFPA 25 standards, and general maintenance of the fire alarm systems. They are responsible for all necessary equipment, materials, and personnel. The monitoring must trigger emergency responses and be done using both cloud-based and mesh radio systems. Annual inspections are required to ensure every fire alarm system is functional and up to code, with verification of certifications from the NFPA or NICET necessary for involved personnel. Furthermore, maintenance may include unscheduled repairs, where the contractor must always provide cost estimates before commencing work. The document specifies details about the number and types of fire alarm systems across several refuge buildings, including control panels, detectors, and water-based fire protection systems, requiring ongoing certification for their maintenance. This RFP emphasizes the government’s commitment to safety standards and compliance in managing federal properties, ensuring efficient fire safety protocols within the Colorado Front Range complex.
    The Blanket Purchase Agreement for the Colorado Front Range National Wildlife Refuge Complex outlines the maintenance and monitoring requirements for fire alarm systems across several refuge locations. The primary objective is to ensure the critical monitoring of fire alarm systems, perform required annual inspections compliant with NFPA 25 standards, and provide ongoing maintenance, including unscheduled service calls. The contractor will be responsible for all necessary equipment, materials, and personnel. Fire alarm systems must be monitored continuously, triggering emergency responses as needed. Annual inspections will ensure compliance with local fire regulations, and records will be shared with relevant authorities. The document also provides a detailed inventory of fire alarm systems and sprinkler installations at specific sites, including the Rocky Mountain Arsenal NWR and its associated buildings. The overarching aim of this agreement is to enhance fire safety management in federally protected wildlife areas, reflecting the government's commitment to maintaining safety standards and environmental stewardship.
    The document is a Wage Determination issued by the U.S. Department of Labor under the Service Contract Act. It establishes minimum wage and fringe benefit rates for various occupations in Colorado. Contracts entered into after January 30, 2022, must pay workers at least $17.75 per hour, while those awarded between January 1, 2015, and January 29, 2022, must offer a minimum of $13.30 per hour. The document outlines detailed wage rates for numerous occupation codes ranging from administrative and automotive service to healthcare and technical occupations, along with specific fringe benefits such as health and welfare contributions, paid vacation, and paid holidays. Moreover, it describes additional regulations regarding paid sick leave and uniform allowances, emphasizing the contractors' responsibilities in categorizing workers adequately in compliance with these guidelines. The inclusion of an option for contractors to request additional classifications underlines the adaptive nature of the determination. Overall, this document serves as a crucial tool in ensuring fair compensation and working conditions for employees contracted by federal agencies, aligning with broader management and compliance strategies in federal contracting.
    The document outlines an amendment for solicitation 140FS225Q0085, which pertains to the establishment of a five-year Blanket Purchase Agreement (BPA) for the monitoring, inspection, and service of fire alarm systems at the Rocky Mountain Arsenal National Wildlife Refuge (NWR) in Colorado. The amendment is intended for small business participation and includes a not-to-exceed (NTE) amount of $250,000. Offers are to be submitted on a price sheet and must acknowledge receipt of the amendment by a specified deadline to avoid rejection. Key evaluation factors include the ability to comply with the Statement of Work (SOW) requirements and relevant licensing for fire alarm and sprinkler maintenance, as well as the certification of key personnel as per NFPA standards. The period of performance spans from June 2, 2025, to June 1, 2030. Additional instructions are provided for teaming with subcontractors and the submission of related documentation and certifications with offers. The overall purpose of this amendment is to clarify requirements, enhance the competitive bidding process, and ensure compliance with regulations governing fire safety services within the described timeframe and scope.
    This government document serves as an amendment to solicitation number 140FS225Q0085 regarding a federal contract administered by the U.S. Fish and Wildlife Service (USFWS). The primary purpose of the amendment is to update the Contract Specialist responsible for managing the solicitation, due to the departure of the previous specialist, Renee Babineaux. The new point of contact is Khalilah Brown, whose contact information is provided. Additionally, the amendment announces an extension of the submission deadline for quotes to May 23, 2025, at 12:00 PM Eastern Time. The period of performance for the contract is specified to run from June 2, 2025, to June 1, 2030. Despite these changes, all other conditions and information in the original solicitation remain unchanged. As part of the federal procurement process, contractors are reminded to acknowledge receipt of the amendment to ensure their offers are considered. This structured adjustment reflects standard government contract modification procedures to maintain regulatory compliance and effective communication among stakeholders.
    The document outlines a Request for Quotations (RFQ) from the U.S. federal government for establishing a Blanket Purchase Agreement (BPA) aimed at procuring fire alarm monitoring, inspection, and service for the Rocky Mountain Arsenal National Wildlife Refuge (NWR). The BPA, valued at up to $250,000, is designated for small businesses and spans a five-year contract period from June 2, 2025, to June 1, 2030. Interested vendors must provide detailed quotes, demonstrating technical capability to meet the specified requirements outlined in the attached statement of work. The document lists various locations on the refuge where services will be required. The RFQ also stipulates that all aspects of the solicitation adhere to federal contracting regulations and incorporates specific clauses relevant to the contract, including those addressing electronic invoicing, labor standards, and business ethics. It emphasizes prompt payment provisions and the necessity for vendors to comply with set terms regarding the use of telecommunications equipment. The RFQ reflects the government's intent to ensure efficient procurement processes while promoting small business participation and adherence to regulatory compliance throughout the procurement cycle.
    Similar Opportunities
    MO - MINGO NATIONAL WILDLIFE REFUGE - HVAC Monitor
    Interior, Department Of The
    The U.S. Fish and Wildlife Service is seeking proposals for a five-year Blanket Purchase Agreement (BPA) for HVAC monitoring services at the Mingo National Wildlife Refuge in Puxico, Missouri. The procurement aims to secure a contractor capable of providing remote and on-site monitoring, troubleshooting, and repair of the KMC BACnet HVAC system, which includes 19 heat pumps and geothermal units, ensuring optimal functionality and compliance with federal and state regulations. This specialized service is critical for maintaining the refuge's HVAC infrastructure, which is essential for the comfort and safety of visitors and staff. Interested small businesses must submit their proposals by January 5, 2026, at 2:00 PM EST, and can direct inquiries to Dana Arnold at danaarnold@fws.gov or by phone at 703-468-8289.
    B491 Fire Alarm Repair
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals from qualified small businesses for the repair of fire alarm systems at Facility B491, Offutt Air Force Base in Nebraska. The contractor will be responsible for providing all necessary equipment and labor to repair and rebuild the Simplex 4100ES Fire Alarm Control Panel, ensuring network communication with Facility B492 for fire pump activation. This project is critical for maintaining safety and compliance with fire control standards, and the total estimated award amount is $25 million. Interested parties must submit their proposals by January 5, 2026, and are encouraged to attend a site visit on December 16, 2025, with questions due by December 19, 2025. For further inquiries, contact SrA Jason Arizmendi at jason.arizmendi@us.af.mil or Lt Ryan Brewster at ryan.brewster.3@us.af.mil.
    MT BOWDOIN NWR MAIN SHOP LIGHTS
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (FWS) is soliciting quotations for the replacement of lighting fixtures at the Bowdoin National Wildlife Refuge, specifically in the Maintenance Shop and Cold Bay storage area. The project involves removing outdated lighting and installing high-output LED fixtures, including the proper disposal of old materials, to enhance energy efficiency and safety. This procurement is a 100% Total Small Business set-aside, with a firm-fixed price contract expected to be awarded in late December 2025, and the work is to be completed by February 15, 2026. Interested contractors should submit their quotes and any inquiries to Jeremy Riva at jeremyriva@fws.gov by the closing date of December 18, 2025, at 1700 EST, and are encouraged to attend a site visit to better understand the project requirements.
    52000QR260001472 USCGC BAILEY BARCO FM200 AND GALLEY HOOD INSPECTION
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified small businesses to conduct inspection and testing of the fire suppression systems aboard the CGC Bailey Barco, including five-year visual inspections for six FM200 cylinders and hydrostatic testing of the galley system. This procurement is critical for ensuring the operational readiness and safety compliance of the cutter's fire suppression systems, adhering to established maintenance procedures and industry standards. Interested vendors must have trained personnel with relevant experience in marine Chemetron Fire Systems and are required to submit their proposals by December 17, 2025, with the work to be completed by December 30, 2025. For further inquiries, vendors can contact Timothy Ford at timothy.s.ford@uscg.mil or Joshua Miller at joshua.n.miller@uscg.mil.
    Notifiers
    State, Department Of
    The U.S. Department of State (DOS), specifically the Bureau of Overseas Buildings Operations (OBO), is seeking services to procure Notifier brand fire alarm equipment for its overseas posts. The primary objective of this procurement is to maintain, repair, and support fire protection systems, ensuring compliance with fire and life safety codes, Department policy, and Federal laws. These fire alarm systems are critical for ensuring safety at U.S. facilities abroad and are installed by contractors in both new and existing constructions. Interested vendors should submit their statements of interest and capability by December 19, 2025, at 10 AM (EST) to Theresa Hunt at huntt@state.gov, as this opportunity is part of a planned Blanket Purchase Agreement (BPA) under NAICS code 561621.
    NORTHERN ROCKIES STEWARDSHIP BPA
    Agriculture, Department Of
    The U.S. Department of Agriculture, specifically the Forest Service, is soliciting proposals for the Northern Rockies Stewardship Blanket Purchase Agreement (BPA) aimed at conducting stewardship activities across multiple national forests in Idaho, Montana, North Dakota, and South Dakota. The BPA will facilitate various land management projects, including timber harvesting, hazardous fuels reduction, and restoration activities, with a focus on enhancing forest resilience and improving watershed health. This procurement is crucial for sustainable forest management and aims to provide local communities with wood resources while minimizing fire hazards. Interested contractors must submit their proposals by April 20, 2023, and ensure they are registered in the System for Award Management (SAM). For further inquiries, contact Matt Daigle at matthew.daigle@usda.gov or 605-415-9057.
    Upgrade Fire Detection System at FCI Phoenix
    Justice, Department Of
    The Department of Justice, through the Federal Bureau of Prisons, is soliciting bids for the upgrade of the fire detection system at the Federal Correctional Institution (FCI) in Phoenix, Arizona. The project involves the installation of a new addressable fire alarm system across all buildings, including the integration of monitoring and control workstations, fiber optic network expansion, and compliance with safety and hazardous material protocols. This upgrade is critical for ensuring the safety and security of the correctional facility, with an estimated contract value between $5 million and $10 million. Interested small businesses must submit their bids electronically by December 30, 2025, and can contact Alex Jackson at a4jackson@bop.gov for further information.
    ID-FWS MINIDOKA NWR-HERBICIDE
    Interior, Department Of The
    The U.S. Fish and Wildlife Service is seeking quotations from small businesses for herbicides and adjuvants to control invasive weeds at the Minidoka National Wildlife Refuge in Idaho. This procurement is a total small business set-aside under NAICS code 325320, and the award will be based on the Lowest Price Technically Acceptable (LPTA) offer, requiring products with specified active ingredients or approved equivalents registered for use in Idaho. The herbicides are crucial for maintaining the ecological balance and health of the refuge by managing invasive plant species. Quotes are due by December 22, 2025, at 1300 EST, and must be submitted via email to Marshall Richard at marshallrichard@fws.gov. Vendors must also be registered with SAM.gov to be eligible for consideration, with delivery required within 30 days of contract award.
    PANEL, FIRE ALRM
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting bids for the procurement of fire alarm panels. The contract requires the manufacture and design of the fire alarm panel to meet specific technical requirements, including compliance with standards set by Honeywell Life Safety and the exclusion of mercury in the materials used. These panels are critical for ensuring safety and compliance in naval operations. Interested vendors should direct inquiries to Jon Zeigler at 564-230-3806 or via email at JON.ZEIGLER.CIV@US.NAVY.MIL, and must be prepared to submit their proposals within the specified timeframe, with pricing valid for 60 days post-quotation submission.
    Intermountain Stewardship BPA
    Agriculture, Department Of
    The U.S. Department of Agriculture, Forest Service is seeking proposals for the Intermountain Stewardship Blanket Purchase Agreement (BPA), aimed at enhancing forest health and managing hazardous fuels across multiple National Forests in Idaho, Nevada, Utah, and Wyoming. The BPA will facilitate various stewardship activities, including timber removal, road maintenance, and restoration projects, with a focus on sustainable forest management and wildfire risk reduction. This initiative is critical for supporting local economies and ensuring compliance with federal environmental regulations. Interested contractors must submit their proposals by April 12, 2023, and are required to be registered in the System for Award Management (SAM) to be eligible for award. For further inquiries, contact Matt Daigle at matthew.daigle@usda.gov or Mark T. Phillipp at mark.phillipp@usda.gov.