J--Fire Protection and Life Safety Systems Maintenanc

SOL #: 140D0426Q0128Solicitation

Overview

Buyer

Interior
Departmental Offices
IBC ACQ SVCS DIRECTORATE (00004)
HERNDON, VA, 20170, United States

Place of Performance

Place of performance not available

NAICS

Security Systems Services (except Locksmiths) (561621)

PSC

Maintenance, Repair And Rebuilding Of Equipment: Fire Control Equipment (J012)

Set Aside

No set aside specified

Timeline

1
Posted
Jan 23, 2026
2
Last Updated
Feb 20, 2026
3
Submission Deadline
Feb 23, 2026, 3:00 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 (DOI), Office of Facilities and Administrative Services (OFAS), has issued an RFQ (140D0426Q0128) for Fire Protection and Life Safety Systems Maintenance and Support at the Stewart Lee Udall Department of the Interior Building in Washington, D.C. This is a Small Business Set-Aside opportunity, with the intent to award one firm-fixed-price (FFP) contract. Quotes are due by February 23rd, 2026, at 10 AM ET.

Scope of Work

This opportunity requires comprehensive maintenance and support services for Government-owned Fire Protection and Life Safety Systems. The scope includes annual, quarterly, and monthly preventive maintenance, testing, inspection, repair, calibration, and adjustments. Systems covered include the main fire alarm panel, subpanels, various detectors (smoke, heat, beam, duct), pull stations, supervisory devices, waterflow devices, sprinkler tamper switches, loudspeakers, fire/smoke doors, kitchen fire suppression systems, fire pumps, fire extinguishers, and fire dampers. All work must adhere to DOI requirements, manufacturer specifications, and NFPA standards. The contractor must provide all necessary labor, materials, equipment, and supervision.

Contract Details

  • Contract Type: Firm-Fixed-Price (FFP)
  • Period of Performance: Base year (April 1, 2026 - March 31, 2027) with up to four additional one-year options, plus an optional 6-month extension.
  • Place of Performance: Stewart Lee Udall Department of the Interior Building, 1849 C Street, NW, Washington, D.C. 20240.
  • Set-Aside: Small Business Set-Aside
  • NAICS Code: 561621 (Security Systems Services, Except Locksmiths) with a $25M size standard.
  • PSC: J012 (Maintenance, Repair And Rebuilding Of Equipment: Fire Control Equipment)

Key Requirements & Special Conditions

  • Emergency Response: 24-hour hotline with 30-minute response during business hours and 1-hour response outside business hours.
  • Personnel Qualifications: Technicians require relevant experience and NICET certifications; on-site supervisors need NICET Level III and Edwards EST3 series certifications.
  • Management Plans: Contractors must develop and implement a Management Plan and a Quality Control Plan (QCP).
  • Site Visit: Scheduled for Wednesday, January 28th, 2026, at 1:00 PM ET. RSVP required via email to Nicholas_Lewicki@ibc.doi.gov with attendee details.
  • Follow-on Effort: This is a follow-on to contract 140D0420F0723, previously held by Media Plumbing & Heating Inc.
  • Device Inventory: Government cannot provide a device inventory list, but recent inspection reports are available as Attachment 3.

Submission & Evaluation

  • Questions Due: February 2nd, 2026, by 10 AM ET, via email to Nicholas_Lewicki@ibc.doi.gov (Subject: "Questions – RFQ # 140D0426Q0128"). Responses will be posted via amendment.
  • Quotes Due: February 23rd, 2026, by 10 AM ET. Submit electronically via email to Nicholas_Lewicki@ibc.doi.gov (Subject: "Quote for RFQ 140D0426Q0128"). Quotes must be in three volumes: General Information, Technical Capability, and Price.
  • Evaluation: Award will be made to the responsible offeror whose offer is technically acceptable and provides the lowest evaluated price. Technical acceptability will be based on meeting minimum requirements and demonstrating understanding of the PWS.

Amendment One (Posted February 6, 2026)

Amendment One incorporated Attachment 4 (Questions and Answers), Attachment 3 (Inspection copies), an updated Performance Work Statement (PWS) dated February 5, 2025 (changes highlighted), and updated instructions to offerors (D.2 ADDENDUM TO FAR 52.212-1) regarding page count and plan identification. Offerors must review these updated documents.

People

Points of Contact

Files

Files

Download
Download
Download

Versions

Version 4
Solicitation
Posted: Feb 20, 2026
View
Version 3
Solicitation
Posted: Feb 13, 2026
View
Version 2Viewing
Solicitation
Posted: Feb 6, 2026
Version 1
Solicitation
Posted: Jan 23, 2026
View
J--Fire Protection and Life Safety Systems Maintenanc | GovScope