SECURITY ALARMS AT FLAG
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 is soliciting quotes for the replacement and upgrade of security alarm, CCTV, and fire alarm systems at Walnut Canyon National Monument (WACA) and Wupatki National Monument (WUPA), located in the Flagstaff area. This acquisition is a 100% Small Business Set-Aside. Quotes are due by June 15, 2026.
Scope of Work
This Request for Quote (RFQ) seeks to ensure compatibility, continuity, and centralized management with existing systems at Sunset Crater (SUCR) and Flagstaff Headquarters (FLAG HQ). Key requirements include:
- Intrusion Alarm Systems: Commercial-grade systems compatible with existing Honeywell systems, including control panels, door contacts, motion/heat sensors, and glass break sensors. Must report to a 24-hour central monitoring station and integrate with Total Connect. Spare sensors are required for each location.
- CCTV System: Fully hard-wired, IP-connected CCTV system compliant with DOI/NPS IT security standards. Requires high-resolution cameras (min. 4 MP), motion-triggered recording, compatibility with Milestone XProtect Corporate VMS, and four DVR/NVR devices. Cameras must be painted to blend into surroundings, and existing equipment must be removed.
- Fire Alarm Systems: Fully independent systems compliant with NFPA standards, separated from security systems. Requires upgraded control panels, annunciators, full building coverage for smoke/heat detection, audible/visual notification, and central station monitoring. Spare detectors are required for each location.
- General: All systems require new wiring; reuse or splicing of existing wiring is prohibited. A two-year warranty covering parts, labor, and all associated costs, along with two years of paid monitoring, is mandatory.
Contract & Timeline
- Contract Type: Firm-fixed-price commercial contract/award.
- Period of Performance: Installation must be completed no later than 180 calendar days after the Notice to Proceed.
- Submission Deadline: Quotes are due by June 15, 2026, at 1700 ED Local Time.
- Published Date: May 13, 2026.
Submission & Evaluation
- Submission Method: Quotes must be submitted via email to Jessica_Owens@ios.doi.gov.
- Evaluation Criteria: Award will be made to the responsible Offeror whose offer is most advantageous to the Government, based on a comparative evaluation of price, technical capability, and prior experience.
- Site Visit: A mandatory site visit is scheduled for June 11, 2026, at Walnut Canyon National Monument and Wupatki National Monument.
Eligibility / Set-Aside
- This acquisition is a 100% set-aside for Small Business.
- Offerors must be registered in SAM and qualify as a small business under NAICS code 561621 (Installation Of Equipment: Alarm, Signal, And Security Detection Systems).
Additional Notes
The solicitation includes numerous FAR and supplemental clauses. A Statement of Work (SOW), Maps for Site Visit, and SCA Wage Determination are attached. Payment requests must be submitted electronically through the U.S. Department of the Treasury's Invoice Processing Platform (IPP).