J--INTRUSION AND FIRE ALARM SYSTEMS MONITORING AND M
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), under the Department of the Interior, has issued a Solicitation (140P4226Q0010) for Intrusion and Fire Alarm Systems Monitoring and Maintenance at various Western Pennsylvania Parks (WEPA). This is a Total Small Business Set-Aside. The contract requires a firm, fixed-price quote for comprehensive alarm services. Quotes are due by Monday, May 11, 2026, at 12:00 PM Eastern Time.
Scope of Work
The contractor will provide 24-hour monitoring and maintenance for existing intrusion and fire alarm systems. Key requirements include:
- Owning and maintaining a UL-approved monitoring station with certified technicians.
- Being an authorized dealer for Ademco, Honeywell, and Radionics/Bosch systems, with experience in "Incipient" fire alarm protection system repair.
- Remote capabilities for arming, disarming, bypassing, changing codes, and reprogramming control panels.
- Providing immediate alarm notice and monthly electronic reports.
- Conducting annual inspections (testing and cleaning) by June each year at no additional cost.
- Ensuring initial programming and connections are compatible with existing systems, allowing unique user PINs with free changes.
- Demonstrating at least three years of experience in monitoring and servicing specified alarm systems and providing three relevant references.
Contract Details
- Type: Firm Fixed-Price Solicitation (FAR 13 Simplified Acquisition procedures).
- Set-Aside: Total Small Business.
- Period of Performance: A base period from June 1, 2026, to May 31, 2027, followed by four one-year option periods, extending the potential contract duration through May 31, 2031.
Submission & Evaluation
- Questions Due: Monday, April 20, 2026, by 12:00 PM ET.
- Quotes Due: Monday, May 11, 2026, by 12:00 PM ET.
- Submissions must be sent electronically to Deborah_Coles@ios.doi.gov, with the solicitation number in the email subject line. No faxed or mailed submissions will be accepted.
- Evaluation will be based on Lowest Price Technically Acceptable (LPTA), considering technical capability and past performance as non-price factors.
- Offerors must have an active SAM.gov registration at the time of award.
Site Visits & Wage Determinations
Mandatory site visits were scheduled for April 8-9, 2026, at various park locations (Allegheny Portage Railroad NHS, Johnstown Flood NM, Flight 93 NM, Friendship Hill NHS, Fort Necessity NB). Failure to attend will not be grounds for claims. Bidders must also review the provided Service Contract Act Wage Determinations for Cambria, Fayette, and Somerset counties, Pennsylvania, to ensure compliance with minimum wage rates and fringe benefits for labor cost calculations.