J--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 proposals for Fire Protection and Life Safety Systems Maintenance and Support for the Stewart Lee Udall Department of the Interior Building in Washington, D.C. This is a small business set-aside Request for Quote (RFQ) for a firm-fixed-price (FFP) contract. The requirement is a follow-on effort. Quotes are due by February 27th, 2026, at 10 AM Eastern Time.
Scope of Work
The contractor will provide comprehensive management, supervision, labor, materials, equipment, supplies, and services for Annual, Quarterly, and Monthly Preventive Maintenance, Testing, Inspection, Repair, Calibration, and Adjustments on Government-owned Fire Protection and Life Safety Systems. This includes a wide array of systems such as the main fire alarm panel, subpanels, various detectors (smoke, heat, beam, duct), pull stations, sprinkler tamper switches, kitchen fire suppression systems, fire pumps, fire extinguishers, and fire dampers. All maintenance must adhere to DOI requirements, manufacturer specifications, and NFPA standards, with the most stringent requirements taking precedence. Repairs must be completed within seven calendar days or a COR-designated timeframe.
Contract & Timeline
- Contract Type: Firm-Fixed-Price (FFP)
- Set-Aside: Small Business
- NAICS Code: 561621 (Security Systems Services, Except Locksmiths) with a $25M size standard
- PSC Code: J012 (Maint/Repair/Rebuild of Equipment – Fire Control Equipment)
- Period of Performance: Base year (April 1, 2026 - March 31, 2027) plus up to four one-year options and an optional 6-month extension.
- Place of Performance: Stewart Lee Udall Department of the Interior Building, 1849 C Street, NW, Washington, D.C. 20240.
- Quote Due Date: February 27th, 2026, at 10 AM Eastern Time.
- Published Date: February 20th, 2026 (latest amendment)
Submission & Evaluation
Quotes must be submitted electronically via email to Nicholas_Lewicki@ibc.doi.gov. The subject line must be "Quote for RFQ 140D0426Q0128". Quotes should be in three volumes: General Information, Technical Capability (20-page limit), and Price. The Government intends to award one contract 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 Performance Work Statement (PWS).
Additional Notes
- Site Visit: A site visit was scheduled for January 28th, 2026, at 1:00 PM ET. Interested vendors were required to RSVP.
- Questions: The deadline for questions was February 2nd, 2026. Responses, including a Q&A document (Attachment 4), have been posted via RFQ amendments.
- Personnel Qualifications: Technicians require relevant experience and NICET certifications; on-site supervisors need specific certifications (e.g., Edwards EST3 series, NICET Level III). The contractor must have at least 5 years of documented successful experience.
- Emergency Response: Contractors must provide a 24-hour hotline and respond to emergencies within 30 minutes during business hours and 1 hour outside business hours.
- Wage Determination: Attachment 2 provides the Wage Determination for the District of Columbia, Maryland, and Virginia, which is critical for pricing.
- Attachments: The solicitation includes updated PWS (Attachment 1), inspection reports (Attachment 3), Q&A (Attachment 4), and additional test reports (Attachment 5).