C--Multiple Award IDIQ Professional Fire Protection
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 Department of the Interior, National Park Service (NPS), through its CONOPS STRATEGIC office, is soliciting qualifications for a Multiple Award Indefinite Delivery Indefinite Quantity (IDIQ) contract for Professional Fire Protection Engineering and related Facility Management Services. This opportunity is a Total Small Business Set-Aside (FAR 19.5). Proposals for Phase I (RFQ) are due by April 23, 2026, at 1700 EDT.
Scope of Work
This IDIQ will provide nationwide Architect-Engineer (A/E) services, including fire protection engineering, conceptual design, inventory of fire protection and life safety systems, construction management (submittal reviews, system acceptance testing), Life Safety and Fire Risk Assessments, Cost Estimating, and Construction Field Engineering. Firms must demonstrate familiarity with NPS conservation values and specific standards (e.g., Secretary of the Interior's Standards, NFPA codes).
Required disciplines include, but are not limited to, Principal Engineer, Senior Consultant, Senior Project Manager, Electrical Engineer, Mechanical Engineer, Civil Engineer, Structural Engineer, Historic Architect, Fire Protection Engineer (various levels), Fire Protection Designer, Senior CAD Technician, CAD Technician, Computer Network Administrator (for data entry/IT support), and Cost Estimator. Professional Engineer (PE) licensure is required for all engineering disciplines, not solely for Fire Protection Engineers.
Contract Details
- Contract Type: Multiple Award Indefinite Delivery Indefinite Quantity (IDIQ)
- Period of Performance: Anticipated five (5)-year period (May 1, 2026, to April 30, 2031)
- Maximum Ordering Ceiling: $5,000,000.00
- Guaranteed Minimum: $5,000.00
- Task Order Ceiling: $1,000,000.00
- Task Order Types: Firm fixed price, labor hour, time and materials, or a combination.
- NAICS Code: 541330, with a size standard of $25.5 million (corrected by Amendment 0003/0005).
- Subcontracting: The Limitation on Subcontracting clause (FAR 52.219-14) applies.
Submission & Evaluation
This is a two-phase process: Phase I (RFQ) and Phase II (RFP). Phase I requires a Letter of Interest, a completed Standard Form 330 (Parts I & II), an organization chart, and supporting materials. Resumes are required for all listed engineering disciplines. Project examples (up to five) in SF330 Section F should demonstrate the team's qualifications, and prior firm project experience of key personnel is acceptable if documented. Page limitations for SF330 supporting material in Section H should not exceed 20 double-sided pages.
Evaluation Criteria (Phase I) include professional qualifications, specialized experience, technical competence, capacity to respond, past performance (federal and private weighted equally), and knowledge of NPS sites.
Key Clarifications
- Delegated Design: Final Construction Documents (CDs) for construction solicitation must not require the construction contractor to perform "delegated design" of fire protection systems. All detailed design, including fire sprinkler system layout and hydraulic calculations, must be performed by the A/E contractor and sealed appropriately.
- Personnel: A single individual may be listed under multiple discipline slots if qualified. The Senior Fire Protection Engineer can also serve as the Senior Project Manager.
Deadlines & Contact
- Electronic Proposals Due: April 23, 2026, at 1700 EDT.
- Contact: Stephen Loftus, stephen_loftus@ios.doi.gov, 202-354-2267.