Fire Protection and Life Safety Systems Maintenanc
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 (DOI), Office of Facilities and Administrative Services (OFAS), is seeking quotes for Fire Protection and Life Safety Systems Maintenance and Support for the Stewart Lee Udall Building in Washington, D.C. This is a Small Business Set-Aside opportunity, anticipating a Firm-Fixed-Price (FFP) contract award. Quotes are due by February 23rd, 2026, at 10 AM Eastern Time.
Scope of Work
This requirement covers comprehensive maintenance, testing, inspection, repair, calibration, and adjustments for Government-Owned Fire Protection and Life Safety Systems. Services must adhere to DOI requirements, manufacturer specifications, and referenced standards (e.g., NFPA). Key tasks include:
- Annual, Quarterly, and Monthly Preventive Maintenance.
- Specific testing for battery backups, fire dampers, and sprinkler systems.
- Reporting of findings, repairs, and discrepancies with photos.
- 24-hour hotline support with defined emergency response times.
- Personnel support for monthly and annual fire drills.
Contract Details
- Contract Type: Firm-Fixed-Price (FFP) resulting from an RFQ.
- Period of Performance: Base year (04/01/2026 - 03/31/2027) with up to four additional one-year options, plus an optional 6-month extension.
- Place of Performance: The Stewart Lee Udall Building, 1849 C St NW, Washington, DC 20240.
- NAICS Code: 561621 (Security Systems Services, Except Locksmiths) with a $25M size standard.
- PSC: J012 (Maint/Repair/Rebuild of Equipment - Fire Control Equipment).
- Set-Aside: Small Business Set-Aside.
Submission & Evaluation
- Quote Submission: Electronically via email to Nicholas_Lewicki@ibc.doi.gov. Subject line: "Quote for RFQ 140D0426Q0128". Message size limit is 25MB; multiple emails should be numbered.
- Evaluation Criteria: Award will be made to the responsible offeror whose offer is technically acceptable and provides the lowest evaluated price. Technical acceptability is based on meeting minimum requirements and demonstrating understanding of the PWS. Price will be evaluated for reasonableness.
- Personnel Qualifications: Technicians require specific experience (e.g., 5 years in Fire Alarm System testing/repair/maintenance) and NICET Level II certification. On-site supervisors must have NICET Level III and current Edwards EST3 series certifications.
- Wage Determination: Bidders must consider the provided Wage Determination (Attachment 2) for labor costs in the specified geographic areas.
Key Dates
- Questions Due: February 2nd, 2026, by 10 AM Eastern Time (email to Nicholas_Lewicki@ibc.doi.gov with subject "Questions – RFQ # 140D0426Q0128").
- Site Visit: Wednesday, January 28th, 2026, at 1:00 PM Eastern Time. RSVP required via email to the CO with subject "RFQ 140D0426Q0128 Site Visit Attendance".
- Quotes Due: February 23rd, 2026, by 10 AM Eastern Time.
Additional Notes
Offerors must be registered in the System for Award Management (SAM). Quotes must be submitted in three volumes: General Information, Technical Capability, and Price. Specific FAR and DFARS clauses are incorporated by reference.