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), through its Indian Education Acquisition Office, is soliciting proposals for Life Safety Systems Maintenance at the Riverside Indian School Campus in Anadarko, OK. This opportunity is a Combined Synopsis/Solicitation for a hybrid contract covering inspection, testing, maintenance, and repair services for various life safety and master clock systems. The set-aside has been updated to Federal Opportunities (F&O). Proposals are due by March 9, 2026.
Scope of Work
The contractor will provide comprehensive services for Life Safety Systems and Master Clocks, including monthly, quarterly, semi-annual, and annual inspections, testing, and preventative maintenance, as well as repair services. Key systems include:
- Fire Alarm Systems: 9 panels
- Fire Sprinkler Systems: 13 systems
- Portable Fire Extinguishers: 184 units, plus 1 K Class
- Emergency & Exit Lights: 90 emergency, 95 exit lights
- Master Clock Systems: 2 systems, 40 indicating clocks
- Kitchen Hood System: 1 Ansul, Model R102 Services for testing and inspection are Firm-Fixed Price, while maintenance and repair are Time & Material, requiring GSA labor rates and material prices. All work must comply with National Fire Protection Agency (NFPA) standards.
Contract Details
- Contract Type: Hybrid Contract (Firm-Fixed Price for inspection/testing, Time & Material for maintenance/repair).
- Period of Performance: Base year plus four (4) option years. Current listed dates are February 16, 2026, to February 15, 2027, for the base year, with subsequent option years extending through February 2031. Actual dates will be adjusted upon award.
- Place of Performance: Riverside Indian School, Anadarko, OK.
- Set-Aside: Federal Opportunities (F&O).
Submission & Evaluation
- Proposal Due Date: March 9, 2026.
- Submission Method: Quotes must be submitted via email to the primary contact.
- Mandatory Site Visit: Contractors are required to schedule a site visit with Tyler Smith at tyler.smith@bie.edu.
- Evaluation Factors: Technical Capability (Technically Acceptable/Unacceptable), Past Performance, and Price. Technical and Past Performance combined will outweigh cost.
- Required Forms: Offerors must complete and submit the Indian Affairs Indian Economic Enterprise Representation Form (Attachment 3) if applicable.
- Registration: Offerors must be registered in SAM.gov.
Important Notes
This solicitation incorporates Federal Acquisition Regulation (FAR) provisions and clauses related to F&O, specifically FAR 52.237-1. Offerors must be registered in SAM.gov. The Indian Affairs Indian Economic Enterprise Representation Form (Attachment 3) is required for submission if the offeror qualifies under the Buy Indian Act, which may be relevant for "Federal Opportunities (F&O)" set-asides. The pricing schedule (Attachment 2) details the structure for proposed costs across the base and option years.