Fire System Inspections and Services, Kodiak NWR,
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 U.S. Fish and Wildlife Service is soliciting quotes for Fire System Inspections and Services at the Kodiak National Wildlife Refuge (NWR) in Alaska. This is a 100% Small Business Set-Aside opportunity for a Firm Fixed-Price contract covering a base year and four option years. The services include annual inspection and testing of fire alarm and suppression systems, as well as fire extinguishers. Quotes are due by May 05, 2026, at 2:00 PM EDT.
Scope of Work
The contractor will provide annual inspection and testing services for fire alarm and fire suppression systems, and fire extinguisher inspections, at various facilities within the Kodiak NWR Headquarters and Visitor Center. This includes the Visitor Center, Headquarters Building, and Triplex Apartment, along with 12 months of monitoring service. Fire extinguisher inspections will cover 42 units across multiple locations. All work must comply with NFPA, IFC, and State/Local codes.
Contract & Timeline
- Contract Type: Firm Fixed-Price Request for Quotation (RFQ)
- Set-Aside: 100% Small Business Set-Aside
- NAICS Code: 561621 (Security Systems Services, Except Locksmiths) with a $25 million size standard.
- Period of Performance:
- Base Year: June 02, 2026 – June 01, 2027
- Option Year 1: June 02, 2027 – June 01, 2028
- Option Year 2: June 02, 2028 – June 01, 2029
- Option Year 3: June 02, 2029 – June 01, 2030
- Option Year 4: June 02, 2030 – June 01, 2031
- Published Date: April 23, 2026
- Questions Due: May 01, 2026, at 2:00 PM EDT
- Quote Submission Due: May 05, 2026, at 2:00 PM EDT
Evaluation & Award
Award will be made using a tradeoff method based on best value, considering technical capability, past experience, and price. The Government reserves the right to award to an offeror other than the lowest priced if non-cost factors outweigh the price difference.
Submission Requirements
Offerors must submit quotes via email to Fred Riley (fred_riley@ios.doi.gov). Required documents include the SF1449, Addendum to 52.212-1, Quote Schedule (Attachment 2), Performance Work Statement (Attachment 1), SCA Wage Determination (Attachment 3), and a Past Performance Questionnaire (Attachment 4). Failure to submit all required documents will result in a non-responsive quote.
Important Notes
- Site Inspection: Offerors are urged to inspect the site. Contact Natalie Fath (Natalie_fath@fws.gov) to arrange a visit.
- Eligibility: Contractors must have an active registration in SAM.gov and register with the U.S. Department of the Treasury's Invoice Processing Platform (IPP) for payments.
- Experience: Contractors must demonstrate a minimum of 5 years of experience providing similar services throughout Alaska and for Government Agencies, along with proper licensing/certification.
- SCA Wage Determination: Attachment 3 provides critical wage rates and fringe benefits for accurate labor cost estimation.