Fire Alarm Suppression and Testing - Timber Lake Job Corps.
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 USDA Forest Service is soliciting proposals for Fire Alarm and Suppression System Inspection and Testing services at the Timber Lake Job Corps Center in Estacada, Oregon. This is a Combined Synopsis/Solicitation for a Total Small Business Set-Aside. Proposals are due by June 2, 2026.
Scope of Work
The selected contractor will provide all necessary personnel, labor, equipment, and materials to perform annual and 5-year inspections and testing (I&T) for Fire Alarm Systems (FA) and Fire Suppression Systems (FS) at the Timber Lake Job Corps Center. This includes Wet Pipe, Pre-Action Automatic, and Clean Agent suppression systems, adhering to NFPA 25 and NFPA 2001 standards. Deliverables include detailed inspection reports in both hard copy and PDF formats. The Job Corps Centers require these life safety systems to be fully operational at all times.
Contract Details
This will be a firm-fixed price requirements contract with one (1) one-year base period and four (4) one-year option periods, for a total potential duration of five (5) years. The place of performance is Estacada, OR 97023.
Set-Aside & Eligibility
This acquisition is a Total Small Business Set-Aside. Offerors must have an active SAM.gov registration, provide proof of Oregon licensing, and possess fire alarm installation certifications. The NAICS code is 561621, with a small business size standard of $25 million.
Submission & Evaluation
Quotes are due by June 2, 2026, at 1:00 PM EST. Submissions must include a price proposal, a technical proposal, and contractor representations and certifications, sent via email as three separate attachments. Evaluation will be based on the Lowest Price Technically Acceptable (LPTA) criteria. Technical acceptability will be assessed based on the offeror's narrative, proof of required Oregon licensing and certifications, technical experience, and past performance as detailed in the Attachment 2 Experience Questionnaire. The proposed price must be fair and reasonable.
Key Attachments & Actions
- Attachment 2 (Experience Questionnaire): Required for demonstrating technical experience and past performance.
- Attachment 3 (Vicinity Site Map Flr Plns): Provides detailed visual context of the facility's physical layout.
- Attachment 4 (Wage Determination): Essential for calculating labor costs and ensuring compliance with the Service Contract Act for Oregon and Washington.
- Site Visit: A site visit is scheduled for May 19, 2026, at 10:00 a.m. PCD Time. Interested parties must email Darlene Chase (Darlene.Chase@usda.gov) to be added to the visitor roster.
- Questions Due: All questions must be submitted via email to Darlene Chase by May 20, 2026, before 12:00 p.m. PCD Time.