C--Multiple Award IDIQ Professional Fire Protection
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), under the Department of the Interior, is soliciting Architect-Engineer (A/E) Fire Protection Engineering and related facility management services through a Multiple Award Indefinite Delivery Indefinite Quantity (IDIQ) contract. This opportunity is a Total Small Business Set-Aside seeking qualified firms to provide nationwide services. Phase I proposals are due April 23, 2026, at 1700 EDT.
Scope of Work
Services encompass comprehensive fire protection engineering and supporting activities. This includes conceptual design, inventory of fire protection and life safety systems, construction management (submittal reviews, system acceptance testing), Life Safety and Fire Risk Assessments, cost estimating, and construction field engineering. Required disciplines span various engineering fields (Electrical, Mechanical, Civil, Structural, Fire Protection), architecture (Historic Architect), project management, and technical support (CAD, IT, Cost Estimating). Firms must demonstrate familiarity with NPS conservation values and specific standards like the Secretary of the Interior's Standards and NFPA codes. The lead firm must be an engineering firm with in-house or subcontracted fire protection engineering capabilities, and individuals must be licensed or certified in at least one state.
Contract Details
This is an Architect-Engineer IDIQ contract with an anticipated five-year period of performance, from May 1, 2026, to April 30, 2031. The maximum ordering ceiling is $5,000,000.00, with a guaranteed minimum of $5,000.00. Individual task orders will have a ceiling of $1,000,000.00 and may be structured as firm fixed price, labor hour, time and materials, or a combination.
Eligibility & Submission
This requirement is a Total Small Business Set-Aside under NAICS Code 541330 (Size Standard: $16.5 million annual receipts). Firms must be certified in SAM. The procurement follows a two-phase process: Phase I (RFQ) and Phase II (RFP). For Phase I, firms must submit a Letter of Interest, a completed Standard Form 330 (Parts I & II), an organization chart, and supporting materials, including resumes for key personnel. Evaluation criteria for Phase I include professional qualifications, specialized experience, technical competence, capacity, past performance, and knowledge of NPS sites.
Key Dates & Contact
- Questions Deadline: April 16, 2026, 12:00 ET
- Proposal Submission Deadline (Phase I): April 23, 2026, 1700 EDT
- Primary Contact: Stephen Loftus, stephen_loftus@ios.doi.gov, 202-354-2267
Important Notes
Bidders should be aware of the Limitation on Subcontracting clause (FAR 52.219-14), which requires specific percentages of work to be performed by the prime contractor or similarly situated subcontractors, especially for service contracts over $150,000. Additionally, a list of unallowable overhead items (per FAR Part 31) is provided, which must be excluded from cost proposals. Amendment 0002 clarifies that any final "CD deliverable" for construction solicitation must ensure all fire protection system design is performed by the A-E contractor and not delegated to the construction contractor.