J--Repair of Fire Suppression at Yosemite Residences
ID: 140P8525Q0024Type: Solicitation
AwardedJul 2, 2025
$110.2K$110,179
AwardeeCOMMUNITY FIRE PROTECTION 1700 SOTO ST Seaside CA 93955 USA
Award #:140P8525C0001
Overview

Buyer

INTERIOR, DEPARTMENT OF THENATIONAL PARK SERVICEPWR SF/SEA MABO(85000)SAN FRANCISCO, CA, 94104, 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 Department of the Interior, through the National Park Service, is soliciting bids for the repair of fire suppression deficiencies at multiple residences within Yosemite National Park, California. The project aims to ensure compliance with National Fire Protection Association standards by addressing deficiencies in 73 fire suppression systems across 51 locations, which includes tasks such as installing signage, replacing gauges and sprinkler heads, and conducting inspections. This initiative underscores the importance of maintaining safe and compliant facilities within national parks while engaging small businesses in public safety efforts. Interested contractors must submit their proposals by June 13, 2025, with an estimated contract value between $100,000 and $250,000. For further inquiries, contact Timothy Modjeski at Tim_Modjeski@nps.gov or call 303-819-9916.

    Point(s) of Contact
    Files
    Title
    Posted
    Yosemite National Park is seeking a contractor to perform repairs on its fire suppression systems through a firm fixed-price contract (RFQ No. 140P8525Q0024). This contract will encompass all necessary mobilization, labor, materials, and equipment to rectify deficiencies identified during annual testing, including reconfiguring sprinkler layouts, replacing dry pendant heads and recalled sprinkler heads, as well as ensuring compliance with National Fire Protection Association standards. This procurement is exclusively for small business concerns, with a required NAICS code of 238220 and a size standard of $19 million. The project's construction magnitude is estimated between $100,000 and $250,000. Evaluation of proposals will consider price alongside technical capability and past performance. The RFQ will be available electronically on or around May 5, 2025, with proposals due 30 days after issuance. Offerors need to have an active SAM registration for federal contracting. All proposal preparation costs are the contractors' responsibility, and awards are not guaranteed. Queries should be directed to the designated contact at NPS. The information provided is subject to change, emphasizing the need for prospective contractors to stay informed.
    The document pertains to the Bid Bond, an essential requirement for submitting bids in government contracting, encompassing construction, supplies, or services. It outlines the obligations of the Principal (the bidder) and Sureties (guarantors) to the U.S. Government, ensuring that the Principal will promptly execute the necessary contracts and provide any required bonds upon bid acceptance. Failure to meet these conditions may lead to financial liabilities exceeding the bid amount. The form necessitates specific details, including the legal name and address of the Principal, the type of organization, and Sureties' information. Notably, it allows for joint obligations among Sureties and clarifies conditions for their liability. It establishes that this bond is void if the Principal fulfills the acceptance conditions within specified timeframes and includes provisions for adjustments in bid acceptance periods without impairing the Sureties’ obligations. The document concludes with instructions on usage, signing, and additional requirements related to suretyship and liability limits. It aims to ensure compliance and accountability within federal and state procurement processes, thereby reinforcing financial security in government contract awards.
    This document serves as Amendment 0001 for solicitation number 140P8525Q0024, issued to clarify contractor queries regarding the installation of alarm systems in various buildings. The amendment mandates that all contractors acknowledge receipt of the amendment by specified means, ensuring timely compliance with submission requirements. Notably, it confirms that existing alarm systems are local bells, without any centralized fire alarm system, and that power sources for electric bells utilize typical 120 volts. Contractors are assured that all buildings are equipped with these power sources, and the installation of alarm systems must align with existing wiring and flow switches. The due date for submissions remains unchanged despite the amendment. Overall, this document reflects the government's procedural framework in managing contractor communications and scope clarity in compliance with procurement regulations.
    The document is an amendment to a solicitation (140P8525Q0024), detailing modifications to a request for quotes (RFQ) associated with a government contract. The primary purpose of this amendment is to address contractor inquiries, provide additional information, and extend the RFQ submission deadline. Specifically, it confirms that the installed piping is black steel and extends the due date for quotes to 1700 PT on June 13, 2025. The amendment includes photo references of specific project locations related to the quote requests. It emphasizes that offers must acknowledge receipt of this amendment to ensure their consideration, stressing adherence to submission guidelines. Overall, the document reflects the structured process of managing government contracts and ensuring clarity and compliance amongst bidders in response to solicitation changes.
    The National Park Service (NPS) is soliciting bids for the repair of fire suppression system deficiencies at multiple residences within Yosemite National Park under solicitation number 140P8525Q0024. This initiative requires the contractor to mobilize, provide necessary labor, materials, and perform various repairs including testing, reconfiguring sprinkler layouts, and replacing components. The project must adhere to National Fire Protection Association standards, ensuring compliance with safety regulations. The contractor is expected to commence work within ten days of receiving the notice to proceed and to complete it within 180 days. It is a firm-fixed-price construction contract set aside for small businesses, with an estimated magnitude of $100,000 to $250,000. Proposals will be evaluated based on price, technical capability, and past performance. Quotes must include a detailed price schedule, a technical approach narrative, and past experience documentation, among other requirements. Compliance with various federal regulations is mandatory, and all submissions must be sent via email to the designated contracting officer. This solicitation not only emphasizes the urgency of fire safety in residential facilities but also aims to engage small businesses in contributing to public safety and infrastructure improvements in national parks.
    The National Park Service (NPS) is seeking contractor services to repair deficiencies in fire suppression systems at Yosemite National Park (YOSE). The objective is to ensure compliance with the National Fire Protection Association (NFPA) standards through necessary repairs and inspections across 51 locations within park residences and the maintenance complex, covering a total of 73 fire suppression systems. Tasks include installing signage, replacing gauges and sprinkler heads, and conducting interval inspections. The contractor is responsible for providing all materials, labor, and conducting a field review of deficiencies found during annual system inspections by external entities. Additionally, all work will be performed during regular business hours, with specific attention to safety regulations regarding wildlife and transportation restrictions due to local conditions. This contract reflects the federal government's commitment to maintaining safe and compliant facilities within national parks while preserving their historical integrity.
    The document outlines the wage determinations for residential construction projects in California, specifically in Alpine, Amador, Calaveras, Inyo, Mariposa, and Mono Counties. It details the minimum wage requirements under the Davis-Bacon Act and associated Executive Orders. For contracts initiated or renewed after January 30, 2022, the minimum wage is set at $17.75 per hour, while contracts awarded between January 1, 2015, and January 29, 2022, require a minimum of $13.30 per hour. Key classifications and corresponding wage rates for various skilled trades, including ironworkers, carpenters, electricians, and others, are presented, along with details on fringe benefits. Additionally, the document explains the appeals process for wage determination disputes, outlining the steps an interested party must take to contest decisions made by the Wage and Hour Division of the Department of Labor. This summary provides essential insights into wage compliance requirements for federal construction contracts, emphasizing the importance of fair pay for workers involved in government projects. Overall, the document serves as a critical resource for contractors looking to adhere to federal wage standards in residential construction projects.
    Similar Opportunities
    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.
    CA NP MULTI PMS(1), Pavement Preservation Yosemite and Devils Postpile
    Transportation, Department Of
    The Department of Transportation, specifically the Federal Highway Administration, is seeking contractors for the CA NP MULTI PMS(1) Pavement Preservation project, which involves road resurfacing in Yosemite National Park and Devils Postpile National Monument. The project encompasses approximately 18.53 miles of road and parking area preservation through microsurfacing, crack sealing, patching, and pavement marking, with options for additional work. This initiative is crucial for maintaining safe and accessible roadways within these national parks, enhancing visitor experience and safety. The estimated contract value ranges from $5 million to $10 million, with a tentative completion date set for Summer 2026. Interested vendors can contact the Contracts G. Office at wfl.contracts@dot.gov or 360-619-7520 for further information, and are encouraged to register on SAM.gov to receive updates on the solicitation documents expected to be available in Winter 2025/2026.
    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--YELL 326133 REHABILITATE CANYON VILLAGE WASTEWATER
    Interior, Department Of The
    The Department of the Interior, specifically the National Park Service (NPS), is soliciting proposals for the "YELL 326133 Rehabilitate Canyon Village Wastewater Treatment Systems" project at Yellowstone National Park, Wyoming. This federal contract involves extensive rehabilitation and upgrade work on wastewater treatment facilities, including the demolition of existing structures and the construction of new facilities, with a project magnitude exceeding $10 million. The contractor is expected to commence work within 10 calendar days of receiving the notice to proceed and complete the project within 975 calendar days, with a projected completion date of November 30, 2028. Interested parties must submit their proposals by December 19, 2025, and can direct inquiries to Vicki Freese-Supler at vickilfreese-supler@nps.gov or by phone at 720-402-8467.
    Y--YELL 310402 REPLACE GRANT WASTEWATER TREATMENT PLA
    Interior, Department Of The
    The Department of the Interior, through the National Park Service (NPS), is soliciting proposals for the YELL 310402 Grant Wastewater Treatment Plant and Collections and Canyon Collections project, with an estimated value exceeding $10 million. The procurement aims to replace the Grant Village Wastewater Treatment Plant and rehabilitate the wastewater collection systems in both Grant and Canyon Villages, involving the construction of new facilities, installation of process equipment, and demolition of existing structures. This project is critical for enhancing wastewater management and environmental protection within Yellowstone National Park. Proposals are due by January 7, 2026, and interested contractors should contact Vicki Freese-Supler at vickilfreese-supler@nps.gov or 720-402-8467 for further details.
    Solicitation of a Concession Business Opportunity to Operate Pack Station, Guided Trail Rides, and Other Services within Sequoia and Kings Canyon National Parks
    Interior, Department Of The
    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.
    DEVA 335272 Repair Flood Damaged Titus Canyon Road
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting proposals for the "DEVA 335272 Repair Flood Damaged Titus Canyon Road" project in Death Valley National Park. The primary objective is to repair approximately 14 miles of flood-damaged roadway and the Falls Canyon Trailhead parking area, restoring it to its pre-flood condition while implementing enhancements to prevent future flood damage. This project is crucial for maintaining access to remote areas and ensuring environmental protection, as it requires adherence to strict guidelines for wildlife and vegetation preservation. Proposals are due by January 28, 2026, at 11:00 AM MT, with a construction budget estimated between $5 million and $10 million. Interested contractors should contact Rachel Dyer at racheldyer@nps.gov for further information.
    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.
    Y--CAVE 332397 ¿ Replace Main Distribution System
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting proposals for the replacement of the main distribution system at Carlsbad Caverns National Park, New Mexico, under Solicitation No. 140P2026R0007. This project aims to modernize the aged water distribution infrastructure, originally installed between 1932 and 1964, to ensure a reliable water supply for approximately 70 employees and 350,000 annual visitors while protecting the park's primary resource, the caverns, from potential leaks. The contract is structured as a Firm-Fixed-Price (FFP) offer, with a completion timeline of 390 calendar days and includes mandatory site visits and pre-bid meetings for interested contractors. For further details, potential bidders should contact Edwin Berry at edwinberry@contractor.nps.gov or by phone at 303-969-2288, with acknowledgment of amendments due by November 7, 2025.
    Z--DEVA 318717 - Rehab Furnace & Cow Creeks WTP/WWTP
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting proposals for the rehabilitation of the Furnace Creek and Cow Creek Water and Wastewater Treatment Systems at Death Valley National Park (DEVA). The project aims to address critical infrastructure needs by replacing and upgrading existing water and sewer systems, including the installation of new reverse osmosis treatment facilities, sewer mains, and lift stations, with a construction magnitude exceeding $10 million. This initiative is vital for ensuring reliable potable water supply and wastewater management, thereby enhancing the park's operational efficiency and visitor experience. Interested contractors must submit their proposals by February 3, 2026, with all inquiries directed to Amber Hughes at amberhughes@nps.gov.