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 Department of the Interior, National Park Service (NPS), is soliciting proposals for Intrusion and Fire Alarm Systems Monitoring and Maintenance at five Western Parks of Pennsylvania (WEPA). This Total Small Business Set-Aside opportunity requires a firm fixed-price contract to ensure the operational integrity of alarm systems across multiple historic sites and memorials. Quotes are due by May 11, 2026, at 12:00 PM Eastern Time.
Scope of Work
The contractor will provide comprehensive monitoring and maintenance services for intrusion and fire alarm systems at Allegheny Portage Railroad NHS (ALPO), Johnstown Flood National Memorial (JOFL), Flight 93 National Memorial (FLNI), Fort Necessity National Battlefield (FONE), and Friendship Hill National Historic Site (FRHI). Key requirements include:
- Operating a UL-approved monitoring station with certified technicians.
- Being an authorized dealer for Ademco, Honeywell, and Radionics/Bosch systems, with proven "Incipient" fire alarm protection system repair experience.
- Providing 24-hour monitoring with immediate alarm notification and enhanced monitoring capabilities to identify specific sensors and buildings.
- Performing annual inspections, testing, and cleaning of all fire and intrusion equipment by June each year.
- Conducting sensitivity tests at contract inception and every two years thereafter.
- Providing remote system management capabilities (arming, disarming, code changes, reprogramming).
- Submitting monthly opening/closing and status reports electronically.
- The contract is solely for monitoring and maintenance; hardware replacement is separate. Pricing should be submitted per park, not per building.
Contract & Timeline
- Opportunity Type: Solicitation (Firm Fixed-Price)
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
- Period of Performance: A base period from June 1, 2026, to May 31, 2027, followed by four 12-month option periods, extending the potential contract duration through May 31, 2031.
- Questions Due: April 20, 2026 (passed).
- Quotes Due: May 11, 2026, by 12:00 PM Eastern Time.
- Published Date: April 30, 2026 (latest amendment).
Submission & Evaluation
- Submission: Quotes must be submitted electronically via email to Deborah_Coles@ios.doi.gov. The email subject line must include the solicitation number. Faxed or mailed submissions will not be accepted.
- Evaluation: Award will be based on the Lowest Price Technically Acceptable (LPTA) methodology, considering technical capability and past performance as non-price factors.
- Eligibility: Offerors must have an active SAM.gov registration at the time of award. The Service Contract Act is applicable, and relevant wage determinations for Cambria, Fayette, and Somerset counties, PA, are provided.
Additional Notes
Site visits were conducted on April 8-9, 2026. A Customer Master File Report detailing existing alarm systems for Fort Necessity (FONE) and Friendship Hill (FRHI) is available to assist bidders in understanding the infrastructure.