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
This is a solicitation for Life Safety Systems Maintenance for the Riverside Indian School. The requirement covers inspection, testing, maintenance, and repair services for various life safety and master clock systems. This opportunity is set aside for Federal Opportunities (F&O). Proposals are due March 9, 2026.
Scope of Work
The contractor will provide monthly, semi-annual, and annual inspection, testing, and preventative maintenance, as well as repair services for Life Safety Systems and Master Clocks at the Riverside Indian School Campus. Key systems include:
- Fire Alarm Systems: 9 panels, annual inspection/testing.
- Fire Sprinkler Systems: 13 systems, monthly/quarterly inspection, annual testing.
- Portable Fire Extinguishers: 184 units, annual inspection/testing.
- Kitchen Hood System: 1 Ansul R102 system, semi-annual inspection/testing.
- Emergency & Exit Lights: 90 emergency, 95 exit lights, annual inspection/testing.
- Master Clock Systems: 2 systems, 40 indicating clocks, annual inspection/testing. Preventative maintenance and repairs will be on a time and material basis, 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 test/inspection, Time and Material for maintenance/repair).
- Period of Performance: To be adjusted upon award, currently listed as February 16, 2026, to February 15, 2027, with four (4) option years.
- Place of Performance: Riverside Indian School, Anadarko, OK.
- Set-Aside: Federal Opportunities (F&O).
- NAICS Code: 561621, Security Systems Services (except Locksmiths).
- Size Standard: $25 Million.
Submission & Evaluation
- Offer Due Date: March 9, 2026.
- Submission Method: Quotes must be submitted via email to michelle.nahlee@bie.edu.
- Site Visit: A site visit is required. Contractors must schedule their 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.
- FAR Clauses: FAR 52.237-1 and other F&O related provisions/clauses are incorporated.
Important Notes
Offerors must be registered in SAM.gov. Payment will be made via the U.S. Department of the Treasury's Internet Payment Platform System (IPP). The pricing schedule (Attachment 2) details the structure for the base and option years, which bidders must populate with their proposed pricing.