N--INSTALL FIRE ALARM PANELS - GLACIER BAY AK
ID: 140P9725Q0073Type: Combined Synopsis/Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THENATIONAL PARK SERVICEALASKA REGIONAL OFFICE(97000)ANCHORAGE, AK, 99501, USA

NAICS

Security Systems Services (except Locksmiths) (561621)

PSC

INSTALLATION OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS (N063)

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 fire alarm panels at Glacier Bay National Park in Alaska. This project involves the procurement, installation, and testing of two Edwards EST3 Fire Alarm Control Panels (FACPs) at critical water treatment facilities, ensuring compliance with safety standards and integration with local fire brigade alert systems. The initiative is vital for enhancing public health and fire safety within the park, with a contract value estimated between $100,000 and $250,000, specifically set aside for small businesses. Quotations are due by July 14, 2025, and interested vendors should contact Ronald Bunch at ronald_bunch@nps.gov or 907-201-7719 for further details.

    Point(s) of Contact
    Files
    Title
    Posted
    The document serves as a wage determination under the Service Contract Act issued by the U.S. Department of Labor. It outlines required minimum wage rates and fringe benefits for various occupations in Alaska, compliant with Executive Orders 14026 and 13658 for federal contracts. For contracts initiated after January 30, 2022, the minimum wage is set at $17.75 per hour; contracts awarded between January 1, 2015, and January 29, 2022, must pay at least $13.30 per hour, unless higher rates are outlined. The wage determination details a comprehensive list of occupations with corresponding wage rates in various sectors, including administrative support, food service, health occupations, and transportation. It also includes stipulated benefits such as health and welfare, vacation, and paid sick leave. In essence, this document is a critical regulatory tool for ensuring fair wages for service contract workers, underpinning the government's commitment to employee rights and labor standards under federal contracts. It acts as a guideline for contractors to adhere to labor law, thereby supporting compliance with equitable pay practices in governmental service contracts in Alaska.
    The Glacier Bay National Park and Preserve is issuing a Request for Proposal (RFP) for the replacement of Fire Alarm Control Panels (FACPs) at two critical water treatment facilities—Gustavus Water Plant and Bartlett Cove Water Treatment Plant—essential for public health and fire safety. The project aims to procure, install, and test two Edwards EST3 FACPs, along with addressable smoke and heat detectors, ensuring integration with local fire brigade alert systems. The contractor is responsible for all materials, labor, and compliance with applicable codes, including NFPA 72 and OSHA standards. Key tasks involve procurement, system installation, programming, testing, training Park staff, and providing documentation. The contractor must have certified technicians and arrange site access, as Gustavus is remote. Work is to be completed within specific safety and procedural guidelines, with a project timeline set from May to October 2025, including a warranty period for completed work. The document is structured to outline scope, tasks, requirements, and compliance matters, illustrating a clear emphasis on safety, quality assurance, and meticulous planning for this fire protection enhancement initiative.
    The file outlines responses to specific questions regarding the installation of an EST panel related to the fire-works program in two locations: GBA15 and GBA61. At GBA15, the panel will connect to the park network, which uses fiber optics, and NPS will provide internet services. In contrast, GBA61 lacks a network, necessitating that the vendor establish a connection via a cell tower approximately 100 yards away from the site. Additionally, a map detailing the locations of the plants is provided. This document is part of an RFP process focused on ensuring effective communication and infrastructure support for the fire-works program in designated parks.
    The document outlines the Request for Quotation (RFQ) 140P9725Q0073 for the installation of fire alarm panels at Glacier Bay National Park in Alaska. It includes an amendment that extends the RFQ deadline to July 14, 2025, and provides answers to vendor questions along with a revised version of the RFQ content. The project seeks a firm-fixed-price contract, specifically targeting small business entities, with a period of performance expected from July 16, 2025, to November 1, 2025. The RFQ requires vendors to submit various documentation, including a project narrative, past project experiences, price schedules, and compliance with the System for Award Management (SAM) registration. Furthermore, the selection process emphasizes technical capability, relevant experience, and cost, with a focus on compliance with federal acquisition regulations. All terms of the original RFQ remain intact unless expressly amended. This solicitation exemplifies the government's effort to engage small businesses in public safety infrastructure improvements.
    The document outlines Request for Quotations (RFQ) 140P9725Q0017 from the National Park Service (NPS) for fire protection systems maintenance and repair services across 12 parks in Alaska. It indicates that the RFQ is soliciting bids for a firm fixed-price construction contract, focusing on the installation and repair of fire alarm panels. The project budget is estimated between $100,000 and $250,000, and is set aside exclusively for small businesses. Quotations are due by July 9, 2025, and interested parties must submit detailed pricing, descriptions of technical capability, prior relevant experience, and certain certifications through the System for Award Management (SAM). The bidding process encourages fair competition and values technical capability and past experience alongside the total price offered. The document emphasizes adherence to federal regulations, establishes communication protocols with the Contract Officer, and outlines the importance of following submission guidelines to ensure considered bids. Performance is expected to commence during regular working hours, with a defined timeline from July 20, 2025, to February 19, 2026, contingent on funding and proper approvals.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    J--GLBA CORRECT MEDIUM VOLTAGE DEFICIENCIES
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is seeking qualified small businesses to address medium voltage deficiencies at Glacier Bay National Park in Alaska. The project involves upgrading the electrical distribution system to correct code violations, enhance grounding and neutral systems, and replace outdated components, ensuring improved reliability and safety. This procurement is critical for maintaining the park's electrical infrastructure, which supports various operations and visitor services. Interested contractors must submit their quotes by December 17, 2025, with a performance period anticipated from September 24, 2025, to May 1, 2026. For further inquiries, contact Ronald Bunch at ronaldbunch@nps.gov or call 907-201-7719.
    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.
    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.
    Y--AK SAIC ANCHORAGE HYDRATION STATION
    Interior, Department Of The
    The Department of the Interior, through the U.S. Fish and Wildlife Service, is soliciting proposals for the installation of a hydration station at the Service Office of Law Enforcement in Anchorage, Alaska. The project requires the contractor to provide all necessary labor, materials, tools, and equipment to complete the installation, ensuring compliance with local building codes and federal regulations, with a construction magnitude of less than $25,000. This installation is crucial for enhancing operational efficiency and ensuring access to hydration for personnel at the facility. Interested small businesses must acknowledge receipt of amendments and submit proposals by the specified deadlines, with the completion date for the project set for January 23, 2026. For further inquiries, contact Tiffannie Pannell at tiffanniepannell@fws.gov or by phone at 505-248-6792.
    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.
    Y1DA--528A6-24-612 Connect PIVs to Fire Alarm System
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting bids for Project No. 528A6-24-612, which involves connecting Post Indicator Valves (PIVs) to the fire alarm system and upgrading fire zones in Building 78 at the Bath VA Medical Center in New York. The project requires the installation, testing, and commissioning of PIV supervision and protection, along with the addition of voice alarms and the expansion of fire zones from one to eleven, all while adhering to NFPA standards and VA regulations. This initiative is crucial for enhancing the safety and operational efficiency of the facility, which serves as a nursing home for veterans. Interested contractors, particularly Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), must submit their bids by December 22, 2025, with a project budget estimated between $250,000 and $500,000, and are encouraged to contact Contract Specialist Devan Bertch at Devan.Bertch@va.gov for further details.
    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.
    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.
    Y1DA--437-23-105 Replace Fire Alarm System 437-26-1-6690-0001
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting bids for the replacement of the fire alarm system at the Fargo VA Medical Center under Solicitation Number 36C26326B0004. This project, designated as Project Number 437-23-105, is specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and is estimated to cost between $2 million and $5 million, with a performance period of 540 calendar days. The work involves comprehensive upgrades to the existing fire alarm system, ensuring compliance with VA Fire Protection Manual standards and various NFPA codes, while addressing environmental concerns such as asbestos management. Interested contractors must submit their proposals via email to Contracting Officer Dwayne Brauch by December 18, 2025, at 10:00 AM (CT), following a pre-bid site visit and Q&A process outlined in the solicitation documents.
    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.