MS SANDHILL CRANE NWR IDS/FS INSTALL
ID: 140F1S26Q0011Type: Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THEUS FISH AND WILDLIFE SERVICEFWS, IT SERVICESFalls Church, VA, 22041, USA

NAICS

Security Systems Services (except Locksmiths) (561621)

PSC

IT AND TELECOM - SECURITY AND COMPLIANCE SUPPORT SERVICES (LABOR) (DJ01)

Set Aside

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

    The U.S. Fish and Wildlife Service (FWS) is seeking quotations for the installation of an Underwriters Laboratory (UL) listed Intrusion Detection System (IDS) and a new fire system at the Mississippi Sandhill Crane National Wildlife Refuge (NWR) in Gautier, MS. The procurement includes specific requirements for the IDS, such as the Bosch 9512G series or DMP XR150 panels, with features like tamper notification, remote monitoring, and battery backup, alongside a fire system that includes a DMP XF150 panel and various detection devices. This project is crucial for enhancing the security and safety of the refuge, ensuring compliance with safety standards. Interested vendors must submit their questions by January 13, 2026, and quotations by January 20, 2026, with a firm-fixed-price contract to be awarded based on technical approach and past performance. For further inquiries, contact Melissa Niemi at melissa_niemi@fws.gov or call 612-713-5216.

    Point(s) of Contact
    Niemi, Melissa
    (612) 713-5216
    (612) 713-5290
    melissa_niemi@fws.gov
    Files
    Title
    Posted
    The U.S. Fish & Wildlife Service (FWS) Mississippi Sandhill Crane National Wildlife Refuge (NWR) in Gautier, MS, has issued an RFQ (140F1S26Q0011) for the procurement and installation of an Underwriters Laboratory (UL) listed Intrusion Detection System (IDS) and a new fire system. The contract will be firm-fixed-price. Vendors must submit questions by January 13, 2026, and quotes by January 20, 2026. Proposals require separate technical and price volumes, with technical proposals limited to 15 pages. Evaluation factors prioritize technical approach, understanding of the Statement of Work (SOW), and past performance over price. The SOW details requirements for specific IDS panels (Bosch 9512G series or DMP XR150), including expansion capabilities, tamper notification, remote monitoring, and IP-based communication. The system must include battery backup, specific sensor configurations for doors and motion, cellular backup, and panic buttons. All components must be new, and the contractor must provide a manufacturer's authorized dealer letter and a one-year warranty. The fire system requires a DMP XF150 panel, eight pull stations, seventeen wall-mounted strobes, and twenty-three smoke detectors. The document also incorporates various FAR and DIAR clauses, including those related to telecommunications equipment prohibitions and electronic invoicing.
    The U.S. Fish & Wildlife Service (FWS), specifically the Mississippi Sandhill Crane National Wildlife Refuge (NWR), has issued a Request for Quotation (RFQ) for the installation of an Underwriters Laboratory (UL) listed Intrusion Detection System (IDS). This RFQ, identified as 140F1S26Q0011, is not a small business set-aside. The deadline for quotations is January 20, 2026, at 1700 ES, with delivery required 90 days after receipt of the order. The document outlines the general requirements for the IDS, with further details provided in an attached Statement of Work (SOW). It specifies that this is a request for information and not a commitment by the Government to pay costs or contract for services, and that supplies must be of domestic origin unless otherwise indicated.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    AK-KENAI NWR-THERMAL SENSOR
    Interior, Department Of The
    The Department of the Interior, through the U.S. Fish and Wildlife Service, is soliciting quotes for a thermal sensor system for the Kenai National Wildlife Refuge in Alaska. The procurement includes a cooled thermal camera system with specific requirements such as a cooled InSb detector, high resolution, and software capabilities for image analysis and data export. This equipment is crucial for wildlife monitoring and research, enhancing the refuge's operational capabilities. Interested small businesses must submit their quotes by January 13, 2026, to Carter Duke at carterduke@fws.gov, with delivery expected by March 2, 2026, and all submissions must comply with the outlined specifications and federal contracting regulations.
    42--Type 6 Light Wildland Fire Engine for Sand Lake NW
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (FWS) intends to award a sole-source, firm-fixed-price contract to HEIMAN INC for the procurement of a Type 6 Light Wildland Fire Engine for the Sand Lake National Wildlife Refuge (NWR). This contract, categorized under NAICS code 336211 for Motor Vehicle Body Manufacturing, is justified due to Heiman Inc.'s specialized expertise in constructing custom wildland fire engines that comply with Department of the Interior (DOI) national standards. The fire engine will play a crucial role in enhancing firefighting capabilities in the region, with specifications including a 350-gallon booster tank and a 10-gallon Class 'A' foam system, among other features. Interested parties may submit capability statements to Fred Riley at fredriley@fws.gov by 2:00 PM EDT on January 22, 2026, to demonstrate their ability to provide competitive alternatives, although the final decision on competition will rest with the agency.
    Fire Suppressions Systems
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command Mid-Atlantic, is seeking qualified small businesses to provide fire detection and suppression services at Camp Lejeune, North Carolina. The procurement includes the installation and maintenance of various fire alarm systems, including conventional and addressable systems, as well as multiple fire suppression systems such as wet/dry pipe, pre-action, clean agent, and CO2 systems. This initiative is crucial for ensuring safety and compliance with fire protection standards within military facilities. Interested small businesses, particularly those that are 8(a), HUBZone, Service-Disabled Veteran Owned, Women Owned, and Economically Disadvantaged Women Owned, must submit their interest along with their business size, Cage Code, and Unique Entity Identification (UEI) Number via email by 3:00 p.m. on January 22, 2026, as this notice serves as a Sources Sought for market research purposes and is not a request for proposal.
    Fire Suppression System Repair
    Agriculture, Department Of
    The Department of Agriculture, specifically the Agricultural Research Service, is seeking qualified contractors for the repair of a fire suppression system at the Dale Bumpers National Rice Research Center in Stuttgart, Arkansas. The project entails replacing the altitude valve, inspecting an 80,000-gallon water tank, and ensuring all system components are monitored by the fire panel, with a completion timeline of 90 days from the notice to proceed. This procurement is crucial for maintaining safety standards and operational integrity within the facility, emphasizing compliance with various codes and standards. Interested contractors must submit their quotations by January 23, 2026, and are encouraged to attend a site visit scheduled for January 14, 2026, with inquiries directed to Lynn Hults at lynn.hults@usda.gov or by phone at 912-464-9723.
    OK- DEEP FORK NWR-AUTOMATIC GATE OPENER
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (FWS) is soliciting proposals for the installation of an automatic gate opener at the Deep Fork National Wildlife Refuge (NWR) in Okmulgee, Oklahoma. The project requires the contractor to provide all necessary personnel, equipment, and materials to install the gate opener, which aims to enhance security and improve operational efficiency at the facility. This opportunity is a 100% Total Small Business Set-Aside, with a contract value estimated at less than $25,000, and proposals are due by January 16, 2026, at 5:00 PM EDT. Interested contractors are encouraged to attend a site visit on January 5 or January 7, 2026, and should direct inquiries to John Ferrall at johnferrall@fws.gov.
    Replacement/installation of a Video Surveillance System (VSS) at the United States Citizenship & Immigration Services Building located at 12500 Tukwila International Blvd. Tukwila, WA 98168-2505
    Homeland Security, Department Of
    The Department of Homeland Security (DHS), through the Federal Protective Service (FPS), is seeking qualified contractors for the replacement and installation of a Video Surveillance System (VSS) at the United States Citizenship & Immigration Services Building located in Tukwila, Washington. The project requires contractors to perform the installation in accordance with the provided Statement of Work (SOW), with a firm-fixed price contract structure and a performance period of no later than 90 calendar days after the Notice to Proceed. This procurement is a total small business set-aside, emphasizing the importance of security systems in federal facilities, and the Request for Quotation (RFQ) documents are expected to be issued around November 24, 2025. Interested parties should direct inquiries to Contract Specialist Thomas Westlake at Thomas.Westlake@fps.dhs.gov, and note that the deadline for quotation submissions has been extended to January 16, 2026, at 9:00 AM PT.
    N--SC-BEARS BLUFF NFH- HEAT PUMP REPLACEMENT
    Interior, Department Of The
    The Department of the Interior, through the U.S. Fish and Wildlife Service, is soliciting bids for the replacement of HVAC systems at the Bears Bluff National Fish Hatchery in Wadmalaw Island, South Carolina. The project involves the installation of two new 3-ton, 15 SEER heat pump packaged systems with 8KW electric heat strips in two staff quarters buildings, which are currently served by aging units nearing the end of their operational life. This procurement is crucial for ensuring safe and comfortable living conditions for staff and their families on-site. Interested contractors must submit their quotes by January 14, 2026, at 3:00 PM EST, following a site visit scheduled for December 17, 2025, and are encouraged to direct any questions to William Koski at williamkoski@fws.gov. The total project value is estimated to be less than $25,000, with a performance period from February 2, 2026, to April 30, 2026.
    Fire Alarm System Replacement, Mountain Home AFB
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for design-build services to replace the outdated fire alarm system at the Sagebrush Inn, Building 2320, located at Mountain Home Air Force Base in Idaho. The project requires the installation of a new addressable fire alarm system, including a comprehensive design, hazardous material surveys, and construction services, all in compliance with Unified Facility Criteria and relevant safety codes. This upgrade is critical to ensure the safety of the facility, which currently violates fire code requirements due to the lack of available replacement parts for the existing system. Interested contractors must submit their proposals by January 20, 2026, and can direct inquiries to primary contacts Cameron Smith and Taylor Inman via the provided email addresses. The estimated contract value ranges from $1 million to $5 million, with a performance period of 407 calendar days following the notice to proceed.
    FY26 FCI Phoenix Fire Alarm/Suppression System Inspection
    Justice, Department Of
    The Department of Justice, through the Bureau of Prisons, is seeking qualified contractors to provide inspection, cleaning, and certification services for the fire detection and suppression systems at the Federal Correctional Institution (FCI) Phoenix in Arizona. The procurement requires the contractor to test 100% of the fire detection system, clean 20% of initiating devices, and ensure compliance with National Fire Protection Association (NFPA) standards, specifically NFPA 72 for fire detection and NFPA 25 for fire suppression. This opportunity is crucial for maintaining safety and compliance within the facility, and interested vendors should note that quotes will be solicited directly via email, with the primary contact being Jacob J. Polk at j3polk@bop.gov or by phone at 320-245-6204. The contract is set aside for small businesses under the SBA guidelines.
    HI KENAI NWR AIRCRAFT CAMERA
    Interior, Department Of The
    The U.S. Fish and Wildlife Service, under the Department of the Interior, is seeking qualified vendors to provide an FAA-approved airborne imaging system for the Kenai National Wildlife Refuge. The procurement includes a strut-mounted aircraft attachment, a carbon-fiber camera pod, compatible RGB and NIR 100 MP metric cameras, and necessary accessories, all of which must meet detailed technical specifications regarding payload capacity, vibration isolation, and sensor resolution. This imaging system is crucial for wildlife monitoring and management efforts within the refuge. Interested vendors should submit their quotations by February 11, 2026, and can contact John Skogen at JackSkogen@fws.gov or 612-713-5210 for further information.