Z--YOSE-RANGER CLUB FIRE SUPPRESION REPAIR (VAQ56)

SOL #: 140P8526Q0015Pre-Solicitation

Overview

Buyer

Interior
National Park Service
PWR SF/SEA MABO(85000)
SAN FRANCISCO, CA, 94104, United States

Place of Performance

Place of performance not available

NAICS

Plumbing (238220)

PSC

Maintenance Of Family Housing Facilities (Z1FA)

Set Aside

No set aside specified

Timeline

1
Posted
Jan 14, 2026
2
Last Updated
Mar 11, 2026
3
Response Deadline
Jan 29, 2026, 8:00 PM

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), Yosemite National Park (YOSE), is issuing a pre-solicitation for Fire Suppression System Repairs (VAQ 56). This effort aims to address deficiencies identified during annual testing and ensure compliance with NFPA standards. The procurement is a Small Business Set-Aside with an estimated magnitude of $25,000 to $100,000. The Request for Quote (RFQ) is expected around February 2, 2026, with quotes due approximately February 12, 2026.

Scope of Work

The contractor shall provide all necessary parts, materials, labor, supervision, management, transportation, and equipment to repair fire system deficiencies. This includes performing a field review of identified issues, conducting all required inspections and interval testing (e.g., 5-year internal pipe exams, 3-year dry pipe leak tests, annual testing) per NFPA 25 and other associated NFPA Standards. A passed inspection report, accepted by the California State Fire Marshall, is required. All construction debris must be disposed of outside Yosemite National Park.

Specific deficiencies noted include:

  • Replacing out-of-date gauges (2 ea)
  • Replacing faded and missing signage (2 ea)
  • Adding appropriate heads and wrenches to head boxes
  • Replacing recalled sprinkler heads (6 ea)
  • Replacing sprinkler heads covered with expanding foam (2 ea)
  • Replacing a pressure switch (1 ea)
  • Replacing a dry pipe valve (1 ea)
  • Replacing a ball valve at the Inspector's Test Valve (1 ea)

Contract & Timeline

  • Type: Single, Firm-Fixed-Price Contract
  • Set-Aside: Small Business (SB) Concerns Only
  • NAICS: 238220 (Small Business Size Standard: $19.0 million)
  • Magnitude: $25,000 to $100,000
  • RFQ Availability: On or about February 2, 2026, via SAM.gov
  • Quote Due: Estimated February 12, 2026 (subject to extension)
  • Site Visit: Tentatively scheduled for February 6, 2026 (details in RFQ)
  • Published: January 14, 2026

Evaluation

Award selection will be based on a comparative evaluation considering price and non-price factors, specifically technical capability and past performance.

Additional Notes

Offerors must have an active registration in the System for Award Management (SAM) (www.sam.gov) and complete online Representations and Certifications. This is a pre-solicitation announcement, and information is subject to change. All costs associated with preparing proposals are at the contractor's own expense. Contact Brian Roppolo (brian_roppolo@nps.gov, 206-220-4215) for inquiries.

People

Points of Contact

Roppolo, BrianPRIMARY

Files

Files

No files attached to this opportunity

Versions

Version 5
Award Notice
Posted: Mar 11, 2026
View
Version 4
Solicitation
Posted: Feb 17, 2026
View
Version 3
Solicitation
Posted: Feb 11, 2026
View
Version 2
Solicitation
Posted: Feb 4, 2026
View
Version 1Viewing
Pre-Solicitation
Posted: Jan 14, 2026