White River NF Supervisor's Office Fire Alarm Repair
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 USDA Forest Service is seeking quotations for Fire Alarm System Repair at the White River National Forest Supervisor's Office in Glenwood Springs, CO. This is a Total Small Business Set-Aside to replace discontinued fire alarm components and restore full system functionality. Quotations are due April 24, 2026, at 2:00 PM MT.
Opportunity Details
This combined synopsis/solicitation (RFQ 1240LP26Q0023) aims to procure replacement fire alarm system components and incidental installation services. The existing system contains discontinued parts, and its connection to the Proguard monitoring system is malfunctioning due to a broken motherboard. The objective is to restore the fire alarm system to full operational status.
Scope of Work
The contractor will be responsible for:
- Replacing outdated/discontinued main alarm panel, main level annunciator, and all signaling line circuit devices (e.g., smoke detectors, pull stations) with new, manufacturer-approved, UL-listed, and compatible parts.
- Providing all necessary equipment, labor, tools, testing, and cleanup.
- Furnishing specific components including a compatible FIRE PANEL, Addressable Photoelectric Duct detector, Addressable Photoelectric Smoke Detector, Addressable Heat Detector, Addressable Pull Station - Dual Action, Addressable mini-Monitor Module, Addressable Relay Module, 12v 18amp/h Lugs and/or Spades, LCD Annunciator, and Trim Ring.
- Performing installation services, including removal of old components, installation of replacements, programming updates, device testing, and functional verification.
- Ensuring all parts and installation workmanship are warranted for at least 12 months from acceptance.
- Providing a Certificate of Conformance (COC) in accordance with FAR clause 52.246-15.
Contract & Timeline
- Contract Type: Firm-fixed price.
- Period of Performance: May 1, 2026, to October 31, 2026 (not to exceed six months).
- Set-Aside: Total Small Business Set-Aside.
- NAICS Code: 561621 (Small Business Size Standard: $25 Million).
- Offer Due Date: April 24, 2026, at 2:00 PM MT.
- Site Visit: April 21, 2026, at 10:00 a.m. MT. Interested parties must email the contracting officer by April 20, 2026, to be added to the roster.
Submission & Evaluation
Award will be made to the Lowest Price Technically Acceptable (LPTA) offer. Evaluation criteria include:
- Technical Approach: Narrative, licensing, and certifications.
- Technical Experience: Up to three relevant projects within the last three years.
- Past Performance.
- Price: Fair and reasonable, with pricing provided for all individual line items. Offerors must submit an Experience Questionnaire (Attachment 4) and adhere to the Garfield County Wage Determination 15-5439 (Attachment 7). Quotations must hold prices firm for 30 calendar days.
Contact Information
All questions and quotations must be emailed to Rebecca Schowalter at rebecca.l.schowalter@usda.gov.