42--INSTALL FIRE SUPPRESSION SYSTEM, ANJO
ID: 140P5325R0008Type: Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THENATIONAL PARK SERVICESER SOUTH MABO (54000)HOMESTEAD, FL, 33034, USA

NAICS

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

PSC

FIRE FIGHTING EQUIPMENT (4210)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Apr 9, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 9, 2025, 12:00 AM UTC
  3. 3
    Due May 9, 2025, 7:00 PM UTC
Description

The Department of the Interior, through the National Park Service, is soliciting bids for the installation of a fire suppression system at the Andrew Johnson National Historic Site in Greeneville, Tennessee. The project involves implementing a hydraulically designed double interlock preaction sprinkler system and a comprehensive fire alarm setup, ensuring compliance with NFPA 13 standards while preserving the historic integrity of the site. This initiative underscores the federal government's commitment to enhancing safety infrastructure at historical locations, with an estimated contract value between $250,000 and $500,000 and a performance period from July 1, 2025, to September 1, 2025. Interested small businesses must submit their firm-fixed price quotes by May 9, 2025, and can direct inquiries to Marilia Mateo at marilia_mateo@nps.gov.

Point(s) of Contact
Mateo, Marilia
marilia_mateo@nps.gov
Files
Title
Posted
Apr 9, 2025, 8:08 PM UTC
The document outlines the specifications for the installation of a preaction automatic sprinkler system at the Andrew Johnson National Historic Site in Greeneville, Tennessee. The project, to be carried out by a contractor, aims to enhance the fire protection system of the Early Home using a nitrogen generator instead of an air compressor. It details the scope of work including site access, contractor responsibilities, public use restrictions, and safety regulations. Key sections cover management procedures for contract modifications, scheduling, and documentation requirements to ensure compliance with federal standards. Emphasis is placed on preserving the historic nature of the site during construction, requiring careful coordination to minimize disruptions. The document serves as a guide for contractors, highlighting the interplay between construction operations and historic preservation standards essential for government contracts and grants.
Apr 9, 2025, 8:08 PM UTC
The project outlined in the document pertains to fire suppression and alarm system upgrades for the Andrew Johnson National Historic Site in Greeneville, Tennessee. The initiative focuses on implementing a hydraulically designed double interlock preaction sprinkler system compliant with NFPA 13 standards, along with a comprehensive fire alarm setup. Key components include the installation of nitrogen generators, various sprinkler types, and the provision of auxiliary drains and inspectors' test connections. Important safety provisions highlight the need for adequate seismic bracing and coordinated design with the National Park Service. Construction should observe rigorous safety practices to minimize disruptions and ensure compliance with federal and state regulations. Essential civil works involve the installation of water service lines and the preservation of existing landscape features during construction activities. This initiative reflects the federal government's commitment to enhancing infrastructure and safety within historical sites while ensuring adherence to safety and environmental standards.
Apr 9, 2025, 8:08 PM UTC
The document outlines the hydraulic calculations for the fire protection system installation at the Andrew Johnson National Historical Site's Early Home in Greeneville, Tennessee. Conducted by the National Park Service’s Denver Service Center, the calculations detail the specifications for sprinkler systems on the second floor and attic of the Early Home. It includes occupancy classifications, water supply analysis, and the demand for firefighting water, specifying a total water requirement of 162.93 GPM for the second floor and 242.06 GPM for the attic. The report indicates a sufficient safety margin, demonstrating that no additional pressure is required from the water source to meet these demands. The document's structure includes hydraulic graphs, supply node analysis, and detailed pipe information, which are key for determining the effectiveness of the fire suppression system. This report is part of a broader initiative within federal and local RFPs to enhance safety and compliance in historical buildings, ensuring their protection from fire hazards while maintaining historical integrity. The calculations affirm the readiness of the fire suppression systems to function efficiently within predefined safety parameters.
Apr 9, 2025, 8:08 PM UTC
The document is a Contract Price Schedule Template issued by the National Park Service's Denver Service Center for the installation of a fire suppression system at the Early Home. It requires offerors to submit their bids in a structured format, specifying line item pricing and total costs. The main project focuses on a single lump-sum price for the fire suppression system, with an emphasis on accuracy in unit pricing and total calculations. Any errors in price calculations are clearly outlined, ensuring that unit prices take precedence in case of discrepancies. Offerors must conform to the solicitation requirements and provide a breakdown of their lump-sum costs. The document serves as a framework for budgeting and pricing proposals, crucial for the procurement process in government contracts, particularly within the context of federal and local RFPs. Its structure is designed to facilitate clear and compliant bidding for contractors interested in the project.
Apr 9, 2025, 8:08 PM UTC
The U.S. Department of the Interior's National Park Service is evaluating a contractor for the ANJO Fire Suppression System project. To assist in this evaluation, a Past Performance Questionnaire (PPQ) is required, which consists of completion sections for both the offeror and an evaluator. The questionnaire assesses the contractor's past performance based on various criteria, including project relationships, management integrity, quality control, and adherence to performance schedules. Evaluators will rate the contractor using a scale from "Outstanding" to "Unacceptable," and provide feedback on the contractor's overall performance and whether they would consider awarding additional contracts. Special attention is required for electronic submissions to avoid late submissions, as they will not be accepted. The information from this questionnaire is classified as Source Selection Sensitive and is intended solely for evaluation purposes, with strict guidelines on its use regarding promotion or endorsement of the contractor. This process plays a crucial role in ensuring accountability and quality in federal contracting, particularly for significant projects impacting public safety and service delivery.
Apr 9, 2025, 8:08 PM UTC
The document outlines the federal requirement under the Federal Acquisition Regulation (FAR) 36.211(b) regarding the policies and procedures for definitizing equitable adjustments for change orders in construction contracts. It mandates that agencies provide clear descriptions of these processes and the average time needed to reach agreements on such adjustments. The aim is to ensure transparency and efficiency in handling changes during construction projects. For further details, agencies can refer to the provided link which directs to the Department of the Interior's acquisition policy webpage. This documentation emphasizes accountability in the federal contracting process, particularly relevant to government RFPs, federal grants, and state and local contracts.
Apr 9, 2025, 8:08 PM UTC
The document outlines the financial reporting requirements for federal contracts, focusing on payments made to prime contractors and subcontractors within a specific performance period. It includes details on the types of contracts and tasks covered, as well as performance metrics related to "Similarly Situated Subcontractors" (SSS) and "Non-Similarly Situated Subcontractors" (NSS). Key sections address total amounts paid to various subcontractors and the calculation of the limitation on subcontracting percentage. Although specific monetary values are not provided, the structure emphasizes the importance of compliance with subcontracting limitations set by federal regulations. Overall, the document serves as a template for tracking financial transactions associated with federal contracts, ensuring transparent reporting and adherence to procurement guidelines.
Apr 9, 2025, 8:08 PM UTC
Apr 9, 2025, 8:08 PM UTC
The document outlines an amendment (140P5325R0008) related to a government solicitation for a fire suppression system installation at a specified location in Gatlinburg, TN. The amendment provides instructions for acknowledging receipt and the procedure for submitting any modifications to offers, emphasizing the importance of timely acknowledgment to avoid rejection. The period of performance for the project is set from July 1, 2025, to September 1, 2025. Furthermore, it specifies that the necessary design and specifications are attached to the document. The amendment also confirms that all unchanged terms remain valid, reiterating the need for compliance with contractual obligations. This amendment is part of standard administrative practices within federal contracting, ensuring that contractors are informed of changes and can adjust their offers accordingly while maintaining project timelines.
Apr 9, 2025, 8:08 PM UTC
The document presents a solicitation for bids related to the installation of a fire suppression system at the Andrew Johnson National Historic Site in Greeneville, TN, under solicitation number 140P5325R0008. The project requires contractors to provide all necessary labor, materials, and expertise to complete the installation in accordance with specified designs and requirements. The project is estimated to cost between $250,000 and $500,000, with a performance period from July 1, 2025, to September 1, 2025, and bids are due by May 9, 2025. The solicitation includes mandatory performance and payment bond requirements, a detailed description of the scope of work, and key clauses for compliance with labor and safety regulations. The document outlines various guidelines for contractor conduct, project administration, and subcontracting rules, emphasizing the need for quality workmanship and adherence to local codes. A site visit is scheduled for April 17, 2025, to assist potential bidders, after which all questions must be submitted in writing. This solicitation underscores the government’s commitment to maintaining safety standards while providing opportunities for small businesses, aligning with broader federal and local procurement objectives.
Jan 30, 2025, 10:05 PM UTC
The Department of the Interior-National Park Service plans to issue a Request for Proposals (RFP) for a firm fixed price construction contract aimed at replacing the fire suppression system at the Early Home within the Andrew Johnson National Historic Site in Greeneville, TN. The contract will require all necessary resources to complete the project in line with the Statement of Work and Drawings provided during the solicitation. This opportunity is exclusively set aside for small businesses under the NAICS Code 238220. The solicitation is expected to be available on SAM.gov around February 13, 2024, and interested contractors must register on the System for Award Management. A site visit date will be specified in the RFP, and all submissions must adhere to guidelines, including the need for prior organization representation and certifications on SAM.gov. Contractors are advised to manage their own updates from the internet, as the government will not maintain a bidder's list, stressing the importance of obtaining and responding to any amendments on time to avoid nonresponsiveness.
Lifecycle
Title
Type
Solicitation
Presolicitation
Similar Opportunities
J--Repair of Fire Suppression at Yosemite Residences
Buyer not available
The Department of the Interior, through the National Park Service, is seeking a contractor to perform repairs on the fire suppression systems at residences within Yosemite National Park. The project involves a firm fixed-price contract to address deficiencies identified during annual testing, including reconfiguring sprinkler layouts and replacing specific sprinkler heads, while ensuring compliance with National Fire Protection Association standards. This procurement is crucial for maintaining safety and compliance in park facilities, with an estimated construction magnitude between $100,000 and $250,000. Interested small businesses must have an active SAM registration and are encouraged to direct inquiries to Timothy Modjeski at Modjeski, Timothy, via email at TimModjeski@nps.gov or by phone at 303-819-9916. The RFQ is expected to be available electronically on or around May 5, 2025, with proposals due 30 days after issuance.
NEPE FIRE SUPPRESSION SYSTEM REPAIR
Buyer not available
The Department of the Interior, specifically the National Park Service, is soliciting proposals for the repair of the fire suppression system at Nez Perce National Historical Park in Lapwai, Idaho. The project involves replacing a failed jockey pump and associated components to ensure the system maintains adequate pressure for the protection of property, human life, and a significant museum collection. This initiative is crucial for upholding safety protocols and preserving historical assets within the park environment. Interested small businesses must submit their quotes by May 8, 2025, and are encouraged to demonstrate relevant experience through past performance references, with the contract expected to be awarded based on price, technical capability, and compliance with federal regulations. For further inquiries, potential bidders can contact Michael Abner at michaelabner@nps.gov.
Z--Fire and Intrusion Alarms Replacement
Buyer not available
The National Park Service, under the Department of the Interior, is preparing to issue an Invitation for Bid (IFB) for the Fire and Intrusion Alarm Replacement project at the Dayton Aviation Heritage National Historic Site in Dayton, Ohio. The project involves the removal of existing fire and intrusion alarm systems from five buildings and the installation of new wireless systems, with work expected to commence in June/July 2025. This project is significant for enhancing safety and security at a historic site, and it is set aside 100% for Total Small Businesses, with a contract value estimated between $250,000 and $500,000. Interested contractors should note that the official solicitation will be available in April 2025, and they must be registered in the System for Award Management (SAM) to be eligible for bidding; for further inquiries, contact Jarrod Brown at jarrodbrown@nps.gov or 234-571-7515.
Fire Suppression System Repairs, Congaree
Buyer not available
The Department of the Interior, through the National Park Service, is soliciting proposals for fire suppression system repairs at Congaree National Park in South Carolina. The project involves repairing and replacing the fire pump and diesel engine to comply with national and local codes, and it is set aside for Indian Small Business Economic Enterprises (ISBEE). This procurement is crucial for maintaining safety standards within the park, ensuring effective fire protection measures are in place. Interested contractors should note that the estimated project value ranges from $100,000 to $250,000, with a performance period from June 2, 2025, to December 1, 2025. For inquiries, potential bidders can contact Yanick Bard at YanickBard@nps.gov or by phone at 404-507-5743.
Y--JOMU IRRIGATION SYSTEM REHABILITATION
Buyer not available
The Department of the Interior, National Park Service, is soliciting quotes for the rehabilitation of the irrigation system at the John Muir National Historic Site. The project involves replacing a failing irrigation system that has been in place for 15 to 30 years, which is crucial for maintaining the park's historic landscape, including ornamental trees, orchards, and gardens across nine acres. This procurement is set aside for small businesses, with an estimated construction cost ranging from $100,000 to $250,000, and proposals are due by 12:00 PM Pacific Standard Time on May 15, 2025. Interested contractors should direct inquiries to Brian Roppolo at brianroppolo@nps.gov, and all work must comply with federal regulations and environmental standards.
N--FIRE AND SECURITY SYSTEM AT TIMU
Buyer not available
The Department of the Interior, through the National Park Service, is soliciting proposals for the removal and replacement of fire and security systems at the Timucuan Ecological and Historical Preserve in Jacksonville, Florida. This project aims to install a modern, networked fire alarm and security system across several historical buildings, necessitating careful preservation measures due to the site's significance. The contract, set aside for Service-Disabled Veteran-Owned Small Businesses, has an estimated budget between $500,000 and $1,000,000, with proposals due by May 2, 2025, at 1:00 p.m. ET. Interested contractors should contact William Vazquez at WilliamVazquez@nps.gov or 470-819-0934 for further details.
H--Fire Protection Sys Inspect/Test - 12 AK Parks
Buyer not available
The Department of the Interior, specifically the National Park Service's Alaska Regional Office, is seeking qualified contractors to provide fire protection systems inspection and testing services across 12 national parks in Alaska. The primary objective of this procurement is to ensure that fire safety systems are operational and compliant with National Fire Protection Association (NFPA) standards, thereby enhancing public safety and emergency preparedness within these facilities. This contract, which is set aside for small businesses, will span until October 31, 2025, and includes requirements for annual inspections, immediate reporting of deficiencies, and coordination with monitoring services. Interested vendors must submit their proposals by May 1, 2025, and can direct inquiries to Ronald Bunch at ronaldbunch@nps.gov or by phone at 907-201-7719.
Z--INDU Fire and Intrusion Alarms Replacement
Buyer not available
The Department of the Interior, through the National Park Service, is preparing to issue an Invitation for Bid (IFB) for the Fire and Intrusion Alarms Replacement project at Indiana Dunes National Park in Porter, IN. This project involves the removal of existing fire and intrusion systems, installation of new systems, and necessary maintenance work across multiple buildings within the park. The contract, which is set aside exclusively for small businesses, is expected to be awarded by early summer 2025, with a project magnitude between $1 million and $5 million. Interested contractors should prepare to register in the System for Award Management (SAM) and are encouraged to attend a site visit, the details of which will be announced in the solicitation expected to be released in March/April 2025. For further inquiries, contact Colette Riegelmayer at coletteriegelmayer@nps.gov or 330-631-8990.
Z--MIIN 314972 & HAFO 314578 Rehab ID Parks Ops Bldgs
Buyer not available
The Department of the Interior, through the National Park Service, is soliciting proposals for the rehabilitation of operational buildings at the Hagerman Fossil Beds National Monument and Minidoka National Historic Site in Idaho, under solicitation number 140P2025R0015. The project involves significant construction activities, including the installation of a dry-pipe fire suppression system, the construction of a new maintenance building, and the drilling of a new potable water supply well, with an estimated construction cost between $1,000,000 and $5,000,000. This initiative is crucial for enhancing the operational integrity of these national historic sites while ensuring compliance with safety and environmental regulations. Interested small businesses must submit their proposals by April 30, 2025, at 12:00 PM MDT, and can direct inquiries to Gabriel Castellanos at gabrielcastellanos@nps.gov or by phone at 303-969-2118.
Y--FODO 253278 - Rehabilitate the Visitor Center
Buyer not available
The National Park Service (NPS) is seeking qualified contractors for the rehabilitation of the Visitor Center at Fort Donelson National Battlefield in Dover, TN. This project, valued between $1-5 million, involves completing existing work, performing critical repairs, and constructing a new two-story addition to enhance accessibility and educational opportunities. The Visitor Center, a historic resource, will be closed during renovations, although the park will remain open to visitors. Interested businesses, both large and small, are encouraged to submit their qualifications, bonding capacity, and relevant experience by May 13, 2025, to John Babcock at johnbabcock@nps.gov or by phone at 303-969-2626, as part of the preliminary market research ahead of a full competitive acquisition process expected to commence in spring FY 2025.