42--INSTALL FIRE SUPPRESSION SYSTEM, ANJO
ID: 140P5325R0008Type: Presolicitation
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
    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, with a focus on preserving the historic integrity of the site while enhancing safety measures. This procurement is a total small business set-aside, with an estimated contract value between $250,000 and $500,000, and a performance period of 30 days from the Notice to Proceed. Interested contractors must submit their firm-fixed price quotes by May 9, 2025, and are encouraged to register in the System for Award Management (SAM) prior to submission; for further inquiries, contact Marilia Mateo at marilia_mateo@nps.gov.

    Point(s) of Contact
    Mateo, Marilia
    marilia_mateo@nps.gov
    Files
    Title
    Posted
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    The document pertains to the fire suppression system installation under RFP 140P5325R0008, detailing specific questions and answers regarding technical specifications. It addresses key points such as the requirement for a Reduced Pressure Backflow Assembly, as specified in section 21 13 16, to comply with standards ASSE 1012 and AWWA M14. Additionally, it discusses a discrepancy in fire line sizing between two drawings, where a transition from a 6" to a 2" pipe size is needed. The guidance suggests that reducing the size should occur outside the building before entry, clarifying that the contractor should reference drawing C101 for location details. This document serves to ensure that all contractors are informed about compliance standards and design specifications necessary for the effective installation of fire suppression systems.
    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.
    This document serves as an amendment to solicitation number 140P5325R0008 for the installation of a fire suppression system at a designated site in Gatlinburg, TN. The primary purpose of the amendment is to address questions and answers related to the solicitation and to extend the response deadline for proposals. It outlines the process for contractors to acknowledge receipt of the amendment and submit any changes to previously submitted offers. The period of performance for the contract is set from July 1, 2025, to September 1, 2025. All other terms and conditions of the solicitation remain unchanged. The amendment is issued under the authority of FAR 43.103(b) and emphasizes the importance of timely submissions to avoid rejection of offers. The document is signed by the contracting officer, reinforcing the official nature of the amendment within the federal procurement framework.
    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.
    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
    Similar Opportunities
    Z--FODO 253278 - Fort Donelson VC Rehabilitation
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting proposals for the rehabilitation of the Visitor Center at Fort Donelson National Battlefield in Dover, Tennessee. The project encompasses a comprehensive renovation, including the addition of a three-story glass and steel structure with an elevator, restoration of historical details, and upgrades to infrastructure systems, all while ensuring compliance with various safety and accessibility standards. This significant undertaking, with an estimated construction value between $1,000,000 and $5,000,000, is crucial for enhancing visitor facilities and preserving the site's historical integrity. Interested contractors must submit their proposals by December 17, 2025, and can direct inquiries to John Babcock at johnbabcock@nps.gov or by phone at 303-969-2626.
    Z--NCR PRWI: C5 BATHHOUSE & VISITOR ACCESS
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is issuing a presolicitation announcement for the rehabilitation of two bathhouses at Cabin Camp 5 in Prince William Forest Park, Triangle, VA. The project, estimated to cost between $1,000,000 and $5,000,000, aims to reconfigure the bathhouses for compliance with the Architectural Barriers Act Accessibility Standards (ABAAS), replace fixtures, and upgrade plumbing, masonry, and electrical systems, while also constructing accessible pedestrian paths. This procurement is set aside for small businesses under NAICS code 236220, with a contract duration of 200 days, and the solicitation is expected to be released electronically on SAM.gov on or after December 8, 2025, with responses due approximately 30 days later. Interested vendors must be registered and active in SAM, and inquiries should be directed to Tim Wind at timwind@nps.gov.
    Replace Fire Alarm System for Buildings 15, 65, 68, 88, 90, & 93
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors to replace the obsolete fire alarm systems in multiple buildings at the Central Alabama Veterans Health Care System located in Tuskegee, Alabama. This project aims to address significant safety risks posed by the current outdated systems, which include an antiquated fiber optic network and lack of campus-wide voice/alarm functionality, with an estimated contract value between $10,000,000 and $20,000,000 and a completion period of 365 days. The procurement is a 100% Set-Aside for certified Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), and interested contractors must be SBA-certified and registered in SAM. The solicitation (36C24726R0028) is expected to be posted around January 31, 2026, and for further inquiries, potential bidders can contact Kimberly D Devlin at kimberly.devlin@va.gov or Joyce Powers at joyce.powers1@va.gov.
    Y1DA--519-24-400-NRM Install Fire Alarm Bldg. 25
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting offers for a construction project to install a new fire alarm system in Building 25 at the West Texas VA Healthcare System in Big Spring, TX. The project involves replacing the existing Honeywell fire alarm system with a Siemens system, ensuring compatibility with the existing infrastructure and adherence to various safety codes and standards. This upgrade is crucial for maintaining a reliable fire safety system across the campus, with a contract set aside for 100% Service-Disabled Veteran Owned Small Businesses (SDVOSB). Quotes are due by January 2, 2026, at 10:00 AM CST, and interested contractors should submit their proposals electronically to Eileen.Myers@va.gov, with the estimated contract value between $250,000 and $500,000.
    Y--VICK 209252 Stabilize Mint Spring Bayou & VICK 310725/324137 Stabilize Terraces
    Interior, Department Of The
    The Department of the Interior's National Park Service is seeking market information from businesses regarding two stabilization projects at Vicksburg National Military Park in Mississippi. The projects aim to stabilize Mint Spring Bayou and the Terraces and Graves, addressing significant erosion that has impacted veteran gravesites and cultural resources within the park. Given the cultural significance of the site, the anticipated construction projects are expected to exceed $15 million and will require compliance with archaeological preservation measures. Interested businesses must submit their qualifications, including company information and bonding capacity, by April 2, 2025, in response to the Sources Sought Notice, as a Request for Proposal (RFP) is anticipated to be issued in 2025. For further inquiries, interested parties can contact Carlos Garcia at carlosgarcia@nps.gov or by phone at 720-900-6595.
    Z--PIPE - REHAB VISITOR CENTER RESTROOMS
    Interior, Department Of The
    The Department of the Interior, specifically the National Park Service, is soliciting quotations for the rehabilitation of restrooms at the Visitor Center of Pipestone National Monument in Minnesota. The project aims to renovate the existing facilities to meet accessibility standards by converting them into two single-user restrooms, involving demolition, carpentry, plumbing, electrical work, and installation of new finishes and HVAC systems. This initiative is crucial for enhancing visitor experience and ensuring compliance with the Architectural Barriers Act. Interested small businesses must acknowledge receipt of the solicitation amendments by November 17, 2025, and are encouraged to attend a site visit on December 3, 2025. For further inquiries, contractors can contact Joseph Kirk at josephkirk@nps.gov or 605-574-0510, with an estimated project value between $100,000 and $250,000.
    Z--Bridge 447 - Timber Replacement
    Interior, Department Of The
    The National Park Service is preparing to issue an Invitation for Bids (IFB) for the Bridge 447 – Timber Replacement project located in Cuyahoga Valley National Park, Brecksville, OH. The project entails the complete replacement of bridge timbers, installation of new approach ties, and the reinstallation of various bridge components, all in compliance with safety standards. This procurement is significant for maintaining infrastructure within the national park system and is set aside exclusively for small businesses, with a contract value estimated between $250,000 and $500,000. Interested contractors should note that the solicitation will be publicly available in mid to late December 2025, and they must be registered in the System for Award Management (SAM) to be eligible for bidding; for further inquiries, contact Christopher Bauer at christopherbauer@nps.gov or 330-468-2500.
    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.
    C--Sources Sought Notice
    Interior, Department Of The
    The Department of the Interior, specifically the National Park Service (NPS), is seeking qualified architect-engineer firms to provide multi-disciplinary design services through a Sources Sought Notice. This procurement aims to gather information on interested businesses to develop an acquisition strategy for a competitive Multiple Award Indefinite Delivery Indefinite Quantity (IDIQ) contract, which will cover a five-year ordering period with a maximum value of $150 million and individual task orders not exceeding $3 million. The services will support projects located throughout the Intermountain Region and potentially nationwide, emphasizing the importance of professional licenses and compliance with federal regulations. Interested firms must respond by January 16, 2026, at 3:00 PM Mountain Time, and can contact Edwin Berry at edwinberry@contractor.nps.gov or by phone at 303-969-2288 for further information.
    Y--FOSM - Interpretive Overlook Rehabilitation
    Interior, Department Of The
    The National Park Service (NPS) is seeking qualified contractors for the Interpretive Overlook Rehabilitation project at the Fort Smith National Historic Site in Arkansas. The project aims to re-establish an interpretive overlook that highlights the 19th-century Native American migration, which was lost due to flooding, and will incorporate resilient materials and construction methods to mitigate future flood risks. This opportunity is significant for enhancing the historical interpretation of the site while ensuring durability and reduced maintenance needs. Interested small business contractors must submit their information, including bonding limits and capability statements, via email to Bridget Parizek at bridgetparizek@nps.gov by December 15, 2026, with an estimated construction value between $500,000 and $1 million and a projected start date in Spring 2026.