Z--SD-DC BOOTH HNFH-REPLACE FIRE ALARM PANEL
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 U.S. Fish and Wildlife Service (FWS) is soliciting proposals for the replacement of a fire alarm system panel and components at the D.C. Booth National Fish Hatchery in Spearfish, SD. This is a Total Small Business Set-Aside with proposals due by March 27, 2026, at 5:00 PM EDT.
Purpose & Scope
The objective is to replace an aging, approximately 30-year-old fire suppression system in the D.C. Booth Historic House, which is experiencing false alarms. This replacement aims to ensure fire protection for building occupants and historical items. The scope of work includes replacing the existing Fire Panel, Annunciator, Smoke Detectors, and Notification Devices, adding monitor modules, utilizing existing conduits, testing electrical circuits, and repairing any wall damage to historical specifications. Specific components required include a Silent Knight Addressable Fire Alarm Control Panel (SK-6700 or similar), LCD Remote Annunciator (SKS 6860 or similar), Starlink XT dual path alarm communicator, and various detectors and strobes. The contractor must also provide all cabling, documentation (testing, installation drawings), and a one-year warranty.
Contract Details
This is a Firm-Fixed-Price Request for Quotation (RFQ) under Solicitation Number 140FGA26Q0014. The anticipated period of performance is 45 days after award, specifically from April 10, 2026, to May 29, 2026. The NAICS code is 561621 (Security Systems Services) with a small business size standard of $25 million.
Submission Requirements
Offerors must submit quotes via email to nicole_johnson@ios.doi.gov. Submissions must include:
- Completed SF 1449 with signature and all signed amendments.
- Company information (name, UEI, Point of Contact, phone, email).
- Completed FAR provision 52.212-3 or a statement of SAM.gov entry.
- Technical Capabilities: A narrative demonstrating understanding, approach, proof of South Dakota licensing, and fire alarm installation certifications.
- Technical Experience and Past Performance: Details on up to three relevant projects within the last three years, similar in size and complexity, demonstrating fire suppression system rehabilitation experience. This must be provided using the attached "Technical Experience & References Questionnaire." CPARS records will also be reviewed.
Evaluation Criteria
Award will be made to the responsible offeror whose quotation represents the best value to the Government based on a comparative evaluation. Technical capabilities, technical experience, and past performance are considered more important than price.
Eligibility & Special Requirements
This is a Total Small Business Set-Aside. Offerors must be registered and active in SAM.gov. Contractors must be appropriately licensed and certified within South Dakota for fire-suppression system replacement and repair. Compliance with the Service Contract Act Wage Determination for South Dakota is required. A site visit can be requested by emailing the contracting officer.
Key Dates & Contact
- Quotes Due: March 27, 2026, at 5:00 PM EDT.
- Contact: Nicole Johnson (nicole_johnson@ios.doi.gov, 480-389-6343).