MONITORING AND TESTING OF FIRE AND SECURITY ALARMS
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 (NPS), through its SER South MABO office, is soliciting proposals for a Firm-Fixed Price contract for Monitoring and Testing of Fire and Security Alarms at the Timucuan Ecological and Historic Preserve in Jacksonville, FL. This is a Total Small Business Set-Aside. Quotes are due by February 13, 2026, at 04:00 PM EDT.
Scope of Work
The contractor will provide comprehensive labor, equipment, materials, supplies, and supervision for the inspection, testing, certification, and 24/7 monitoring of fire and security alarm systems across multiple structures within the Timucuan Ecological and Historic Preserve. This includes immediate notification to emergency services and designated NPS personnel upon alarm activation, yearly system testing, ongoing technical support, and maintaining detailed records. Vendors are responsible for providing cellular communicators and replacing wireless device batteries (CR123a). Stamped architectural drawings for fire alarm and security system replacements are provided to aid in understanding the scope.
Contract Details
- Contract Type: Firm-Fixed Price
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
- NAICS Code: 561621 - Security Systems Services (except Locksmiths)
- Size Standard: $25.0 Million
- Product/Service Code: N063 - Installation Of Equipment: Alarm, Signal, And Security Detection Systems
- Period of Performance: Base year from March 2026 to March 2027, with four (4) one-year option periods.
- Place of Performance: Timucuan Ecological and Historic Preserve, Jacksonville, FL (various addresses including HQ, Visitor Center, Kingsley Plantation, etc.).
Submission & Evaluation
- Quotes Due: February 13, 2026, 04:00 PM EDT
- Submission Method: Email quotes to Tony_Eusebio@nps.gov with the subject line "QUOTE – 140P5426Q0001".
- Required Documents: Completed SF-1449 (blocks 30a, 30b, 30c), price schedule, acknowledgement of amendments, and a formal quote on company letterhead including price, lead time, warranty, and capabilities.
- Eligibility: Offerors must have a valid UEI, active SAM.gov registration, and be self-certified under NAICS 561621.
- Evaluation Factors: Price, past performance, technical capability, and resource availability.
- Site Visit: A highly recommended (but not mandatory) site visit was held on January 29, 2026, at 09:00 AM EST at the Timucuan Ecological and Historic Preserve.
Additional Notes
The Service Contract Act (SCA) Wage Determination # WD 2015-4539 (Rev. 29) for Duval, Florida, is applicable. Electronic invoicing via the U.S. Department of the Treasury's Invoice Processing Platform (IPP) is required. Questions regarding the solicitation were due by February 3, 2026.