Z--YOSE-INSTALL FIRE SPRINKLERS AT WAQ 4065
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), has awarded contract 140P8526P0008 for the installation of a Residential Fire Sprinkler System at a residence in Yosemite National Park. This opportunity was a Total Small Business Set-Aside. The award was published on February 19, 2026.
Scope of Work
The awarded contract covers the provision of all mobilization, labor, supervision, materials, equipment, transportation, site rehabilitation, clean-up, and demobilization necessary for the installation of a residential fire sprinkler system. The contractor's scope of work begins at the provided connection point within the crawlspace, with no underground piping included. A standard wet system was preferred.
Contract Details
- Award Number: 140P8526P0008
- Contract Type: Firm Fixed Priced (FFP), Single Award Contract
- Set-Aside: Total Small Business
- Estimated Value: Less than $25,000 (based on original solicitation)
- Period of Performance: 60 calendar days after notice to proceed
- Product Service Code: Z1NE (Maintenance Of Water Supply Facilities)
- NAICS: 238220 (Plumbing, Heating, and Air-Conditioning Contractors) with a $19.0 million size standard.
Solicitation Background
The original Request for Quotation (RFQ) was issued under solicitation number 140P8526Q0012. Proposals were due by February 10, 2026, at 12:00 PM PST. Evaluation was based on best value, considering Price, Technical capability, and Prior Experience. Key requirements included adherence to prevailing wage rates (latest Wage Determination CA20260018 effective January 30, 2026) and the Buy American provision (FAR 52.225-10). Drawings/As-Builts were required for submission to NPS for local authorities.
Additional Information
Attachments provided during the solicitation period included detailed wage determinations, a map and building layout, HVAC ducting plans, ceiling fan placement diagrams, and multiple versions of RFI answers clarifying technical and logistical aspects.