Z--HOSP - Install Fire Suppression
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) is conducting a Sources Sought (Market Survey) to identify interested and capable contractors for the design and installation of fire suppression and life safety systems at Hot Springs National Park, AR. This market research aims to inform the acquisition strategy for a project anticipated to begin in Fall 2026. Responses are due by May 20, 2026.
Scope of Work
This project involves the design and installation of fire protection and life safety systems for two historic duplex residential buildings, Quarters 70A/70B and 71A/71B, constructed in the 1930s. These buildings are being restored for use as temporary NPS employee housing. The scope includes:
- Installation of single-station fire alarm and carbon monoxide alarms.
- Implementation of an NFPA 13D wet pipe automatic sprinkler system.
- Local alarm notification in accordance with applicable fire codes and NPS standards.
- Routing fire protection piping from the basement through a recently installed HVAC chase, with exposed piping on floors to minimize wall and floor penetrations.
- Infilling a passage opening between Quarters 71A and 71B kitchens with a 1-hour rated wall assembly to restore two separate duplexes.
The work is limited to the interior of the buildings, with no exterior ground disturbance or impacts to historic aesthetics anticipated. The buildings are classified as Group R3 / Residential and fall under the IRC for one and two-family dwellings.
Contract & Timeline
- Opportunity Type: Sources Sought (Market Survey)
- NAICS Code: 238220 (Plumbing, Heating, and Air-Conditioning Contractors)
- Small Business Size Standard: $19M
- Magnitude of Construction: $100,000 - $250,000
- Anticipated Project Start: Fall 2026
- Response Due: May 20, 2026, 12:00 PM CT
- Published Date: May 13, 2026
Submission Requirements
Interested firms must be registered as a small business under NAICS code 238220 in SAM.gov and meet listed socio-economic categories. Submissions must include the attached Market Research Sources Sought Survey and a capability statement detailing:
- Firm Name, Address, Phone Number, Email Address
- UEI Number
- Size status/SBA certifications (e.g., Small Business, WOSB, HUBZone, SDVOSB)
- Bonding limits
- Brief explanation of capabilities to perform the work.
Responses must be submitted via email to bridget_parizek@ios.doi.gov. The subject line must include reference number 140P6026Q0044.
Additional Notes
This is a market survey for planning purposes only and is not a request for quote or a commitment by the Government to issue a solicitation. Any future solicitation will be posted separately on SAM.gov.