OLYM Fire Extinguisher inspection, service and rep
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), specifically the Olympic National Park, is soliciting proposals for Fire Extinguisher Inspection, Service, and Replacement services. This is a combined synopsis and solicitation (RFQ) under a Firm Fixed-Price purchase order. The requirement is for annual services at various locations within Olympic National Park. This opportunity is a Total Small Business Set-Aside. Quotes are due by May 1, 2026, at 1:00 PM PDT.
Scope of Work
The contractor will provide annual inspection, service, and replacement of approximately 400 portable fire extinguishers across multiple park districts and administrative areas, including Port Angeles Headquarters, Lake Crescent, Hoh Rain Forest, Quinault, Mora, Ozette, and park-owned vessels. Services must adhere to NFPA 10, DOI, and NPS requirements. The scope includes replacing extinguishers that fail inspection, are discharged, damaged, or reach maintenance intervals, rather than internal servicing of these units. Minor parts replacement, updated inspection tags, condition reports, and a digital inventory of serviced extinguishers are also required deliverables. All locations are accessible by standard road vehicles.
Contract Details
- Contract Type: Firm Fixed Price purchase order.
- Period of Performance: A base year from May 15, 2026, to March 31, 2027, with the potential for four additional one-year option periods. Annual service typically occurs between April 1 and September 30.
- Set-Aside: Total Small Business Set-Aside (FAR 19.5).
- NAICS Code: 541990 – All Other Professional, Scientific, and Technical Services, with a size standard of $19.5 million.
- Wage Determinations: Applicable Department of Labor Wage Determinations for Clallam, Jefferson, Grays Harbor, and Mason counties, Washington, must be adhered to.
Submission & Evaluation
- Quotes Due: Friday, May 1, 2026, at 1:00 PM PDT.
- Questions Due: Friday, April 24, 2026, at 1:00 PM PDT.
- Submission Method: Email to Sue_Mayo@nps.gov.
- Evaluation Factors: Award will be based on Best Value to the government, considering:
- Technical Capability: Including experience, work plan, NFPA 10 compliance, remote servicing, crew qualifications, methods, and equipment.
- Past Performance: At least three similar projects within the last five years with client references.
- Price.
- Requirements: Offerors must be registered in the System for Award Management (SAM) and submit the SF 1449 form, signed acknowledgments, and the "Relevant Experience and Past Performance Form."
Additional Notes
This announcement serves as the only solicitation; a separate written solicitation will not be issued. An Excel spreadsheet detailing the inventory of approximately 400 portable fire extinguishers is provided to assist bidders in understanding the scope and planning.