63--LARO- FY26 Fire Alarm Repairs, Kettle Falls, WA.
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), through its Lake Roosevelt National Recreational Area (LARO) office, is seeking firm fixed-price quotes for Fire Alarm System and Sprinkler Device Repairs at the Kettle Falls District Office in Kettle Falls, WA. This is a Total Small Business Set-Aside opportunity under NAICS code 238220. Quotes are due by March 26, 2026, at 12:00 PM Pacific Time.
Scope of Work
The requirement involves in-kind replacement and repair of fire suppression system components. Specific tasks include:
- Replacing seven (7) dry barrel upright fire suppression heads.
- Replacing five (5) painted or corroded fire suppression sprinklers.
- Replacing one (1) missing earthquake brace.
- Replacing approximately five (5) linear feet of 1" copper water line. All work must comply with State and Federal Fire Code Requirements and National Fire Protection Association (NFPA) Standards. Onsite project work is intended to be completed between August 1 and September 30, 2026, during specified work hours (Mon-Thu, 6:30 am - 4:30 pm).
Contract Details
- Contract Type: Firm Fixed-Price Request for Quotation (RFQ).
- NAICS Code: 238220 (Plumbing, Heating, and Air-Conditioning Contractors) with a $19.0 Million size standard.
- Product Service Code: 6350 (Miscellaneous Alarm, Signal, And Security Detection Systems).
- Period of Performance: April 20, 2026, to May 07, 2026 (overall contract period), with onsite work August 1 - September 30, 2026.
- Set-Aside: Total Small Business.
Key Requirements & Submission
- Quote Submission: Due March 26, 2026, 12:00 PM Pacific Time. Submit as a single PDF file via email to hal_hoversten@ios.doi.gov. One copy of the offer is required.
- Site Visit: A site visit is scheduled for March 13, 2026, at 2:00 PM Pacific Time. RSVP intent to attend by email only to hal_hoversten@ios.doi.gov.
- Questions: All questions and inquiries must be sent via email; no telephone calls will be accepted.
- Required Forms: Bidders must complete and return the provided price schedule (B08_Forms_to_Return_with_QUOTE.docx), including firm fixed-prices for repair and testing, business information (UEI, CAGE, POC), and representations regarding FAR provisions 52.204-24 and 52.204-26.
- Past Performance: Bidders are responsible for compiling and submitting completed Past Performance Questionnaires (B08_Past_Performance_Questionaires.docx) from references within their proposal.
- Eligibility: Offerors must be actively registered in SAM.gov with complete representations/certifications and an active profile, and self-certified under NAICS 238220.
Evaluation
Award will be made on a best-value basis, considering price and past performance. Quoters must guarantee pricing for 60 days from the solicitation closing date.
Important Notes
- Payment requests must be submitted electronically through the IPP.gov website.
- A U.S. Department of Labor Wage Determination (No. 2015-5537) for Spokane and Stevens counties, WA, is applicable and must be consulted for labor costs.
- The
sprinkler_map.pdfprovides a floor plan indicating work locations, specifically noting sprinklers in the carpenter bay. - Contractors must adhere to park rules and regulations, including those concerning weed seeds, mud, and bear attractants.