DEVILS TOWER NATIONAL MONUMENT FIRE SUPRESSION SYS
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), specifically the IMR Northern Rockies office, has issued a Combined Synopsis/Solicitation (RFQ #140P1426Q0035) for fire suppression system repairs at Devils Tower National Monument. This is a 100% Total Small Business Set-Aside opportunity to award a firm-fixed-price contract. The objective is to address system deficiencies, ensure operational compliance with NFPA 25, and provide reliable protection for personnel, visitors, and government property. Proposals are due by March 4, 2026, 12:00 PM MT.
Scope of Work
The contractor will perform corrective repairs and mandatory NFPA 25 inspections on fire sprinkler and fire alarm systems at the Ranger Station and Visitor Center. Key tasks include:
- Ranger Station: Correcting deficiencies (e.g., installing missing sprinkler head escutcheons, replacing fire alarm panel batteries, replacing water and air gauges), conducting 5-Year NFPA 25 Internal Obstruction Inspections, and performing 3-Year Dry System Full Trip Tests.
- Visitor Center: Repairing leaking sprinkler system components (2.5" Victaulic control valve, 1" main drain) and repairing/retesting 1.5" domestic and 2.5" fire backflow preventers. All work must comply with NFPA 25 (2020 edition), use UL/FM listed components, and be performed by certified technicians. The system must be restored to full operational status within 30 days of the Notice to Proceed.
Contract Details
- Contract Type: Firm-Fixed-Price
- Set-Aside: 100% Total Small Business Set-Aside
- NAICS Code: 238220 - Plumbing, Heating, and Air Conditioning Contractors (Small Business Size Standard: $19M)
- Product Service Code: J061 (Maintenance, Repair And Rebuilding Of Equipment: Electric Wire, And Power And Distribution Equipment)
- Period of Performance: May 1, 2026, through April 30, 2027 (overall contract period).
Submission & Evaluation
- Proposals Due: March 4, 2026, 12:00 PM MT
- Questions Due: March 2, 2026, 12:00 PM MT
- Submission Method: Email to Barbara Glen (barbara_glen@nps.gov)
- Evaluation: Comparative evaluation based on technical capability and price reasonableness to determine the best value.
- Eligibility: Offerors must be registered in SAM. A site visit is urged and expected.
Important Notes
This solicitation constitutes the only solicitation; a written solicitation will not be issued. FAR clauses and provisions are incorporated by reference. A Department of Labor Wage Determination (No. 2015-5411, Revision No. 27) is applicable, dictating minimum wage rates and fringe benefits for work performed in specified Wyoming counties, which bidders must factor into their proposals.