AKRO STRUCTURAL FIRE SYSTEM REPAIRS AK
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The National Park Service (NPS), under the Department of the Interior, is soliciting quotes for Structural Fire System Repairs across nine parks in Alaska. This is a Combined Synopsis/Solicitation (RFQ) for a Firm Fixed-Price Purchase Order to maintain and repair structural fire suppression and alarm systems. This acquisition is a Total Small Business Set-Aside. Quotes are due by April 28, 2026, at 1700 hours EDT.
Scope of Work
The contractor will furnish all labor, supervision, tools, materials, equipment, transportation, lodging, and management necessary for repairs to existing structural fire suppression and fire alarm systems and their components. Services are required at nine national parks in the Alaska Region, including Bering Land Bridge, Denali, Gates of the Arctic, Glacier Bay, Katmai, Klondike Gold Rush, Lake Clark, Western Arctic, and Wrangell-St. Elias National Parks and Preserves. The work involves addressing deficiencies, field verifying dimensions, using new or refurbished parts, and coordinating with park representatives for repair schedules and utility shutdowns.
Contract Details
- Contract Type: Firm Fixed Price Purchase Order
- Period of Performance: Approximately May 15, 2026, through July 15, 2027
- NAICS Code: 238220 (Plumbing & HVAC Contractors) with a $19M small business size standard
- Set-Aside: Total Small Business
- Wage Determinations: Department of Labor Wage Determinations (2015-5681, 2015-5683, 2015-5685, 2015-5687) apply for various Alaska regions.
Special Requirements
Technicians must hold a current NICET Level II certification and have at least three years of experience. Technicians working within fire alarm panels must be manufacturer-certified. The contractor must demonstrate five years of continuous experience in inspection, testing, maintenance, and repair of fire alarm systems. Adherence to NFPA 25, NFPA 72, UFC-3-601-02, UFC-4-021-01, NPS RM-58, and the International Building Code is mandatory. Factory-trained technicians are required for EST Edwards based technology at Denali and Glacier Bay.
Submission & Evaluation
- RFQ Open Period: April 7, 2026 – April 28, 2026, at 1700 hours EDT
- Vendor Questions Due: April 22, 2026
- Submission Method: Quotes must be submitted via email to Ronald_bunch@ios.doi.gov.
- Required Submittals: Completed SF 18, acknowledgement of amendments, a project narrative demonstrating technical capability and schedule, and at least three past performance examples.
- Evaluation Factors: Technical Ability, Experience, and Total Price (fair and reasonable).
- Payment: Requests must be submitted electronically through the U.S. Department of the Treasury's Invoice Processing Platform (IPP).
Contact Information
Primary Contact: Ronald Bunch, ronald_bunch@nps.gov, 907-201-7719.