J--INTRUSION AND FIRE ALARM SYSTEMS MONITORING AND M

SOL #: 140P4226Q0010Solicitation

Overview

Buyer

Interior
National Park Service
NER SERVICES MABO (43000)
BOSTON, MA, 02108, United States

Place of Performance

Place of performance not available

NAICS

Security Systems Services (except Locksmiths) (561621)

PSC

Maintenance, Repair And Rebuilding Of Equipment: Alarm, Signal, And Security Detection Systems (J063)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)

Timeline

1
Posted
Mar 30, 2026
2
Last Updated
Apr 2, 2026
3
Submission Deadline
Apr 27, 2026, 4:00 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 Department of the Interior, National Park Service (NPS), through its NER Services MABO office, has issued a Solicitation for a firm fixed-price contract for Intrusion and Fire Alarm Systems Monitoring and Maintenance at the Western Parks of Pennsylvania (WEPA). This opportunity is a Total Small Business Set-Aside. Quotes are due April 27, 2026, by 12:00 PM ET.

Scope of Work

The contractor will provide comprehensive monitoring and maintenance services for existing intrusion and fire alarm systems across multiple NPS sites in Western Pennsylvania. This includes 24-hour monitoring, immediate alarm notification, remote system management (arm/disarm, code changes), and electronic monthly reporting. Annual inspections, testing, and cleaning of all equipment are required by June each year at no additional cost. Initial programming and connections must be compatible with current systems.

Contract Details

  • Type: Firm Fixed-Price (utilizing FAR 13 Simplified Acquisition procedures)
  • Period of Performance: May 1, 2026, through April 30, 2031, consisting of a base period and four one-year option periods.
  • Set-Aside: Total Small Business Set-Aside (FAR 19.5)

Key Requirements & Qualifications

Offerors must:

  • Own and maintain a UL-approved monitoring station with certified service technicians.
  • Be an authorized dealer for Ademco, Honeywell, and Radionics/Bosch systems.
  • Possess experience in "Incipient" fire alarm protection system repair.
  • Demonstrate at least three years of experience monitoring and servicing the specified alarm systems.
  • Provide a list of three references for similar services.
  • Maintain an active SAM.gov registration at the time of award.

Site Visits

Mandatory site visits are scheduled to allow offerors to understand the conditions affecting contract performance. Failure to attend will not be grounds for a claim after award.

  • Wednesday, April 8, 2026:
    • 9:00 am: Allegheny Portage Railroad National Historic Site (Gallitzin, PA)
    • 11:00 am: Johnstown Flood National Memorial (South Fork, PA)
    • 1:00 pm: Flight 93 National Memorial (Stoystown, PA)
  • Thursday, April 9, 2026:
    • 9:00 am: Friendship Hill National Historic Site (Point Marion, PA)
    • 11:00 am: Fort Necessity National Battlefield (Farmington, PA) Offerors should meet at each respective visitor center.

Submission & Evaluation

  • Questions Due: April 20, 2026, by 12:00 PM Eastern Time.
  • Quotes Due: April 27, 2026, by 12:00 PM Eastern Time.
  • Submission Method: Electronically via email to Deborah_Coles@ios.doi.gov. The email subject line must include "140P4226Q0010 WEPA Alarm Monitoring". No faxed or mailed submissions will be accepted.
  • Evaluation: Award will be based on Lowest Price Technically Acceptable (LPTA), considering Technical Capability and Past Performance as non-price factors. The contract will be awarded to the responsible offeror offering the "best value" to the Government.

Wage Determinations

Applicable U.S. Department of Labor Wage Determinations for Cambria, Fayette, and Somerset Counties, Pennsylvania, are provided. Bidders must consult these documents to accurately calculate labor costs and ensure compliance with the Service Contract Act, including minimum wage rates, fringe benefits, and Executive Orders 13706 (Paid Sick Leave) and 13658 (Minimum Wage).

People

Points of Contact

Coles, DeborahPRIMARY

Files

Files

Download
Download
Download
Download
Download
Download

Versions

Version 2Viewing
Solicitation
Posted: Apr 2, 2026
Version 1
Solicitation
Posted: Mar 30, 2026
View
J--INTRUSION AND FIRE ALARM SYSTEMS MONITORING AND M | GovScope