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 Department of the Interior, National Park Service (NPS) is seeking qualified Small Business firms for a Multiple Award Indefinite Delivery Indefinite Quantity (IDIQ) contract for Professional Fire Protection Engineering and related facility management services. This nationwide requirement involves a two-phase selection process (RFQ then RFP). Electronic proposals for Phase I are due by April 23, 2026, at 1700 EDT.
Scope of Work
This IDIQ will cover a broad range of fire protection engineering and supporting services for NPS projects across the nation. Key services include:
- Fire protection engineering and 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
- Construction Field Engineering
Required disciplines span Principal Engineer, Senior Consultant, Project Manager, various engineering specializations (Electrical, Mechanical, Civil, Structural, Fire Protection), Historic Architect, CAD Technicians, Computer Network Administrator, and Cost Estimator. Firms must demonstrate familiarity with NPS conservation values and specific standards (e.g., Secretary of the Interior's Standards, NFPA codes).
Contract Details
- Contract Type: Multiple Award Indefinite Delivery Indefinite Quantity (IDIQ)
- Period of Performance: Anticipated five (5)-year period with five pricing periods.
- Maximum Ordering Ceiling: $5,000,000.00
- Guaranteed Minimum: $5,000.00
- Task Order Ceiling: $1,000,000.00
- Task Order Types: Firm fixed price, labor hour, time and materials, or a combination.
Set-Aside & Eligibility
This opportunity is a Total Small Business Set-Aside (FAR 19.5). The primary NAICS Code is 541330 (Other Architect And Engineering Services) with a size standard of $16.5 million annual receipts. Firms must be certified in the System for Award Management (SAM). The lead firm must be an engineering firm with in-house and/or subcontracted fire protection engineering and related services. Work requires individuals licensed or certified in at least one state or protectorate.
Submission & Evaluation
This is a two-phase process: Phase I (RFQ) and Phase II (RFP).
Phase I Requirements:
- Letter of Interest
- Completed Standard Form 330 (Parts I & II) – Attachment B08_ATT_3_SF330_FORM___INSTRUCTIONS.pdf provides the form and instructions.
- Organization chart
- Supporting materials
- Key personnel resumes for disciplines in Section II, Part A.
Evaluation Criteria (Phase I): Professional qualifications, specialized experience, technical competence, capacity to respond, past performance, and knowledge of NPS sites.
Submission Deadlines:
- Questions Due: April 16, 2026, 12:00 ET
- Electronic Proposals Due: April 23, 2026, 1700 EDT
Important Attachments
- B08_ATT_2_LIMITATION_ON_SUBCONTRACTING_WORKSHEET.xlsx: Provides a template for reporting on the "Limitation on Subcontracting" clause (FAR 52.219-14), crucial for small business compliance.
- B08_ATT_1_Overhead_Items.pdf: Lists overhead costs generally not allowable by FAR guidelines, aiding in compliant proposal preparation.