FDC SeaTac - Emergency Repair Fire Detection and Suppression
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 Federal Bureau of Prisons (FBOP), FDC SeaTac, seeks a contractor for Emergency Repair of Fire Detection and Suppression Systems at its facility in SeaTac, WA. This Combined Synopsis/Solicitation requires a single award to identify and perform all necessary repairs, including materials, equipment, and labor. Responses are due March 6, 2026.
Opportunity Details
The FBOP intends to award a contract for the comprehensive repair of fire detection and suppression devices, parts, and components at FDC SeaTac. The contractor will be responsible for obtaining any required permits.
Scope of Work
The awarded contractor shall:
- Conduct a comprehensive site assessment to identify limitations and propose mitigation strategies.
- Perform system-wide testing to ensure operational readiness and compliance with NFPA standards.
- Replace broken sprinkler heads and address mechanical and fire alarm system deficiencies, such as missing escutcheons, failing air maintenance devices, and recall function failures.
- Acquire all necessary parts, materials, and skilled labor.
Performance Requirements
All work and materials must comply with applicable local, state, and federal codes, including International Building Code, National Plumbing Code, National Electrical Code, NFPA, Life Safety Code, OSHA, and ACA Standards. Work must adhere to industry best practices, ensuring high-quality craftsmanship, durability, and safety, with "Pass" results required for all inspected components during system testing.
Period of Performance
The anticipated performance period is 90 calendar days from contract award to final acceptance. This includes:
- Security Clearance: 7 days
- Lead Time/Mobilization: 28 days
- Scope of Work (Repair): 28 days
- Inspections: 7 days
- De-Mobilization: 7 days
- Contingency: 7 days
Special Requirements
- Contractor and subcontractors must possess valid licenses and provide proof of competency.
- All parts and materials must meet current industry standards; alternatives require approval.
- Final documentation, including Fire Alarm System Record of Completion/Test Report, Fire Pump Performance Test Report, and Sprinkler System ITM Report, along with three copies of Material Safety Data Sheets (MSDS), must be provided.
- Strict adherence to security protocols, working hours (6:00 AM - 2:00 PM, Mon-Fri), delivery procedures, tool/equipment control, and safety regulations (including PPE and contraband prohibition) is mandatory. Specific clothing restrictions apply.
Site Visit & Background Check
An on-site tour of the Fire Detection and Suppression system is available on March 4 or March 5, 2026. Requests for a tour must be sent to SET-Facilities@bop.gov by 12:00 p.m. Monday, March 2, 2026. All interested parties must complete an NCIC Background check to enter the facility.
Contract & Timeline
- Contract Type: Combined Synopsis/Solicitation (Single Award)
- Set-Aside: None
- Product Service Code: J012 (Maintenance, Repair And Rebuilding Of Equipment: Fire Control Equipment)
- Place of Performance: FDC SeaTac, 2425 S. 200th Street, SeaTac, WA 98198
- Response Due: March 6, 2026, 10:00 PM UTC
- Published: February 23, 2026
Contact Information
Primary Contact: Elizabeth Kramer (ekramer@bop.gov, 206-870-5797)