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 National Park Service (NPS), on behalf of the Lake Roosevelt National Recreational Area, is soliciting firm fixed-price quotes for Fire Alarm System and Sprinkler Device Repairs at the Kettle Falls Administration Building in Kettle Falls, WA. This is a Total Small Business Set-Aside under NAICS code 238220. Quotes are due by March 18, 2026, at 12:00 PM Pacific Time.
Opportunity Details
This Request for Quotation (RFQ) seeks a single contractor to address deficiencies in the fire suppression system. The work involves replacement-in-kind of specific components, primarily within the carpenter bay of the Kettle Falls District Office building. The government intends to make a firm-fixed price, best-value award.
Scope of Work
The contractor will be responsible for providing all personnel, equipment, supplies, and supervision to:
- Replace seven (7) dry barrel upright fire suppression heads.
- Replace five (5) painted or corroded fire suppression sprinklers.
- Replace one (1) missing earthquake brace.
- Replace approximately five (5) linear feet of 1" copper water line.
- Conduct pressure and leak testing post-installation.
- Ensure all work complies with State and Federal Fire Code Requirements, including National Fire Protection Association (NFPA) Standards.
- Submit manufacturer's data sheets for materials and NSF/ANSI 61 certification for potable water contact products.
Contract & Timeline
- Contract Type: Firm Fixed-Price.
- Period of Performance: April 20, 2026, to May 07, 2026. Onsite project work is intended to be completed between August 1 and September 30, 2026.
- Site Visit: March 13, 2026, at 2:00 PM Pacific Time. RSVP required by March 11, 2026, via email to Hal_Hoversten@ios.doi.gov.
- Quote Due Date: March 18, 2026, at 12:00 PM Pacific Time.
- Submission Method: Email a single PDF file to Hal_Hoversten@ios.doi.gov.
- Pricing: Must be guaranteed for 60 days from the solicitation closing date.
Eligibility & Submission Requirements
- Set-Aside: 100% Total Small Business Set-Aside.
- NAICS Code: 238220 (Plumbing, heating and air conditioning contractors) with a $19.0 Million size standard.
- SAM.gov: Offerors must be actively registered with complete representations/certifications and an active profile in SAM.gov.
- Required Forms: Submit a price schedule (CLIN 0010 for repairs and testing), business information (UEI, CAGE, POC), and representations regarding telecommunications equipment (FAR 52.204-24, 52.204-26).
- Past Performance: Offerors are responsible for compiling and submitting completed Past Performance Questionnaires from references within their proposal.
- Wage Determination: Compliance with Service Contract Act Wage Determination No. 2015-5537 for Spokane and Stevens counties, WA, is required.
Evaluation Factors
Award will be based on Price and Past Performance.
Contact Information
All questions and inquiries must be sent via email to Hal Hoversten at Hal_Hoversten@ios.doi.gov. No telephone calls will be accepted.