J--LIFE SAFETY SYSTEMS MAINTENANCE
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, Bureau of Indian Affairs (BIA), has issued a solicitation for Life Safety Systems Maintenance at the Riverside Indian School Campus in Anadarko, OK. This requirement covers comprehensive inspection, testing, and repair services for fire protection and master clock systems to ensure campus safety and compliance. Proposals are due by February 9, 2026.
Scope of Work
The contractor will provide recurring inspections and as-needed repairs for various life safety components across multiple campus buildings. Key tasks include:
- Fire Alarm & Sprinkler Systems: Monthly, quarterly, and annual inspections and testing of 9 fire alarm panels and 13 sprinkler systems.
- Fire Extinguishers: Annual inspection and testing of 184 portable units and 1 kitchen K-class unit.
- Emergency Lighting: Annual testing of 90 emergency lights and 95 exit lights.
- Kitchen Hood Systems: Semi-annual inspection and testing of Ansul R102 systems.
- Master Clock Systems: Annual inspection and maintenance of 2 master clocks and 40 indicating clocks.
- Repairs: All preventative maintenance and repairs will be performed on a Time and Materials (T&M) basis. Contractors must provide GSA labor rates and material price lists.
Contract & Timeline
- Contract Type: Hybrid (Firm-Fixed Price for inspections; Time & Materials for repairs).
- Duration: Base year (February 16, 2026 – February 15, 2027) plus four one-year options extending through early 2031.
- Set-Aside: Total Small Business Set-Aside (updated from ISBEE via Amendment 0002).
- Proposal Due: February 9, 2026.
Evaluation Factors
Award will be based on a best-value determination considering:
- Technical Capability (evaluated as technically acceptable or unacceptable).
- Past Performance.
- Price. Technical and Past Performance factors, when combined, are significantly more important than price.
Additional Notes
A site visit is required for all prospective contractors. Scheduling must be coordinated with Tyler Smith at tyler.smith@bie.edu. Offerors must be registered in SAM.gov and submit quotes via email to Michelle Nahlee-Marshalek.