63--LARO- FY26 Fire Alarm Repairs, Kettle Falls, WA.
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, has awarded a Firm Fixed-Price contract for FY26 Fire Alarm Repairs at the Kettle Falls Administration Building within the Lake Roosevelt National Recreation Area, WA. This contract, a Total Small Business Set-Aside, addresses critical deficiencies in the fire suppression system. The solicitation closed on March 26, 2026, with the award published on April 9, 2026.
Scope of Work
The awarded contract covers comprehensive repairs to the fire suppression system. Key tasks included replacing seven (7) dry barrel upright fire suppression heads, five (5) painted or corroded sprinklers, one (1) missing earthquake brace, and approximately five (5) linear feet of 1" copper water line, specifically within the carpenter bay. The work required a lift for access and had to comply with State and Federal Fire Code Requirements, including NFPA Standards. All labor, supplies, and equipment were contractor-furnished, with manufacturer data sheets and NSF/ANSI 61 certification required for materials. Onsite project work was intended to be completed between August 1 and September 30, 2026, during specific work hours (Mon-Thu, 6:30 am - 4:30 pm), with coordination required for building access.
Contract Details
This was a Firm Fixed-Price contract. The Period of Performance was set from April 20, 2026, to May 07, 2026. Payment requests are to be submitted electronically through the IPP.gov website. The procurement was a 100% small business set-aside under NAICS code 238220 (Plumbing, heating and air conditioning contractors) with a size standard of $19.0 Million.
Submission & Evaluation
Proposals were due by March 26, 2026, and submitted via email as a single PDF file. Evaluation factors included price and past performance. Offerors were required to submit completed Past Performance Questionnaires from references and provide specific business information, including UEI, CAGE code, and representations regarding telecommunications equipment (FAR 52.204-24, 52.204-26). A site visit was held on March 13, 2026, for which an RSVP was required.
Additional Notes
Bidders were required to be actively registered and have completed representations/certifications in SAM.gov, and be self-certified under the specified NAICS code. The U.S. Department of Labor Wage Determination (No. 2015-5537, Revision No. 27) for Spokane and Stevens counties, WA, was applicable, establishing minimum wage rates and fringe benefits. Clarifications were provided regarding lift requirements, access panels, pressure testing, and permit/inspection needs.