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, has issued a Solicitation for a Multiple Award Indefinite Delivery Indefinite Quantity (IDIQ) contract for Professional Fire Protection Engineering and Fire Protection Related Facility Management Services. This opportunity is a Total Small Business Set-Aside. The response deadline has been extended to May 12, 2026.
Scope of Work
This Request for Qualifications (RFQ) seeks Architect-Engineer (A/E) firms to provide nationwide fire protection engineering and supporting services. Key services include:
- Fire protection engineering and conceptual design.
- Inventory of fire protection and life safety systems.
- Construction management, including submittal reviews and system acceptance testing.
- Life Safety and Fire Risk Assessments.
- Cost Estimating and Construction Field Engineering. Required disciplines span Principal Engineer, Senior Consultant, Senior Project Manager, various Fire Protection Engineers and Designers, Electrical, Mechanical, Civil, Structural Engineers, Historic Architects, CAD Technicians, Computer Network Administrators, and Cost Estimators. Firms must be familiar with NPS conservation values and standards. Professional Engineer (PE) licensure is required for all engineering disciplines.
Contract Details
- Contract Type: Multiple Award IDIQ
- Period of Performance: Anticipated five (5) years (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.
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
- NAICS Code: 541330, with a size standard of $25.5 million annual receipts.
Submission & Evaluation
This is a two-phase process. Phase I (RFQ) requires a Letter of Interest, a completed Standard Form 330 (Parts I & II), an organization chart, and supporting materials, including resumes for all required disciplines. Offerors may submit up to ten relevant projects in SF-330 Section F, including prior firm experience if documented. Evaluation criteria for Phase I include professional qualifications, specialized experience, technical competence, capacity to respond, past performance, and knowledge of NPS sites.
Key Clarifications & Amendments
Amendment 0007, posted April 16, 2026, extended the proposal response date to May 12, 2026. Offerors are instructed to await further clarification from the Contracting Officer regarding question submissions. Previous amendments clarified the NAICS code size standard to $25.5 million and added Section 15.4.3, specifying that fire protection system design must be performed by the A/E contractor and included in Construction Documents (CDs) for Design-Bid-Build contracts, prohibiting delegated design by construction contractors. Detailed fire sprinkler design is required, and performance-based design with delegated design is not acceptable.
Attachments
Key attachments include the SF330 form and instructions, a "Limitation on Subcontracting" worksheet (FAR 52.219-14) for socio-economic set-aside contracts, and a list of generally unallowable overhead items per FAR Part 31.