Fire Alarm Suppression Backflow Inspect Maintain

SOL #: 140P8326Q0017Solicitation

Overview

Buyer

Interior
National Park Service
PWR OLYM MABO(83000)
PORT ANGELES, WA, 98362, United States

Place of Performance

Place of performance not available

NAICS

Security Systems Services (except Locksmiths) (561621)

PSC

Other Quality Control, Testing And Inspection Services: Fire Control Equipment (H912)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)

Timeline

1
Posted
Feb 27, 2026
2
Last Updated
Mar 11, 2026
3
Submission Deadline
Mar 12, 2026, 8:00 PM

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 is soliciting proposals for a firm-fixed-price commercial service contract for the inspection, maintenance, and repair of fire alarm, fire suppression, and backflow devices at Mount Rainier National Park. This acquisition is a Total Small Business Set-Aside. Quotes are due by March 12, 2026, at 1:00 PM PDT.

Scope of Work

The contractor will provide all necessary labor, supervision, equipment, tools, travel, parts, and materials to inspect, test, and perform as-needed repairs for:

  • Fire alarm systems
  • Fire suppression systems (dry and water-based sprinkler systems)
  • Domestic and fire service backflow prevention devices

Work must comply with applicable Federal, State, local codes, NFPA standards (e.g., NFPA 13, 14, 20, 25, 70, 72, 101), and NPS policies. Specific inventories of fire alarm devices, sprinkler systems, and backflow prevention devices are provided, requiring field verification by bidders. Work primarily occurs in the Longmire area, requiring coordination with park operations and consideration of seasonal conditions.

Contract & Timeline

  • Contract Type: Firm-Fixed-Price Commercial Service Contract
  • Period of Performance: Base year (04/06/2026 to 04/05/2027) plus up to four one-year option periods, not to exceed five years total.
  • Set-Aside: Total Small Business (100%)
  • Submission Deadline: Thursday, March 12, 2026, at 1:00 PM PDT
  • Published Date: February 27, 2026
  • Site Visit: A site visit is scheduled for Thursday, March 5, 2026, at 10:00 AM at the Headquarters Building Parking Lot, 55120 238th Ave E, Ashford, WA 98304. RSVP is encouraged.

Submission & Evaluation

  • Submission Method: Quotes must be submitted as a single PDF file via email to john_flatt@nps.gov or by mail.
  • Evaluation Criteria: Offers will be evaluated based on Price, Technical Capability (including past performance), and Quoter's Capability demonstrated by past performance on similar projects. Technical and past performance, when combined, are approximately equal to price.
  • Eligibility: Offerors must be registered and active in SAM.gov.

Additional Notes

Payment requests must be submitted electronically through the U.S. Department of the Treasury's Invoice Processing Platform System (IPP). The solicitation incorporates numerous FAR clauses by reference.

People

Points of Contact

Flatt, JohnPRIMARY

Files

Files

No files attached to this opportunity

Versions

Version 2
Solicitation
Posted: Mar 11, 2026
View
Version 1Viewing
Solicitation
Posted: Feb 27, 2026
H--Fire Alarm Suppression Backflow Inspect Maintain | GovScope