AKRO STRCUTURAL FIRE SUPPRESSION & CONTROL EQUIP I
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 National Park Service (NPS), Alaska Regional Office, is soliciting proposals for annual inspection and testing services for structural fire suppression and control equipment across 12 National Parks in Alaska. This is a 100% Total Small Business Set-Aside. Quotes are due by May 11, 2026, at 5:00 PM EDT.
Purpose
The primary objective is to maintain fire protection systems and related components in a state of readiness, ensure compliance with building codes, and identify system deficiencies to inform future maintenance and repair services.
Scope of Work
The contractor will furnish all labor, supervision, tools, materials, equipment, transportation, lodging, and management necessary for the inspection, testing, and documentation of various fire suppression and fire alarm systems. This includes fire alarms, sprinkler systems, clean agent systems, fire pumps, and backflow preventers. Services must adhere to current versions of NFPA 25, NFPA 72, UFC-3-601-02, UFC-4-021-01, and NPS RM-58, with the more stringent specification governing in case of deviation. Key tasks include annual inspections and tests, immediate reporting of life and safety deficiencies, detailed descriptions of necessary work for uncorrected deficiencies, and providing cost estimates for non-functional systems. Specific coordination requirements apply to Denali National Park & Preserve, including 30-minute notification to the CommCenter for any activity affecting fire protection systems.
Contract Details
- Contract Type: Firm-Fixed-Price Purchase Order.
- NAICS Code: 541350 (Building Inspection Service) with a small business size standard of $11.5M.
- Period of Performance: A base period from June 1, 2026, to December 31, 2026, followed by four option years extending through December 31, 2030. Inspection work is generally expected between March and May.
- Set-Aside: 100% Total Small Business Set-Aside.
- Funding: Award is contingent on fund availability.
- Payment Structure: Payments are structured as 50% upon fieldwork completion, 25% upon draft inspection report submission, and 25% upon Government approval of final reports.
Submission & Evaluation
- Quotes Due: May 11, 2026, at 5:00 PM EDT.
- Questions Due: May 4, 2026, at 5:00 PM EDT.
- Submission Method: Quotes must be submitted via email to Ronald_bunch@ios.doi.gov.
- Evaluation Factors: Technical Capability, Experience, Past Performance, and Total Price. Award will be made to the vendor whose quote is most advantageous to the Government.
Special Requirements & Qualifications
Technicians must hold a current NICET Level II certification and possess at least three years of experience. Manufacturer certification is required for fire alarm panel programming. The contractor must demonstrate five years of continuous experience in fire alarm system inspection and testing. An independent Fire Protection Engineer review of inspection reports is required. Bidders must comply with Department of Labor Wage Determinations for the specified Alaskan regions. The contractor is responsible for most transportation and lodging, with government-provided ground transportation in specific locations.