PEARL - FY26 REPLACEMENT 6 FIRE ALARM PANELS
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 quotes for a Firm Fixed-Price contract to remove, dispose of, and replace six existing UL-listed fire alarm panels and six UL-listed alarm control panels at the Pearl Harbor National Memorial, Hawaii. This opportunity is a Total Small Business Set-Aside. Quotes are due by May 20, 2026, at 12:00 PM Eastern Daylight Time (EDT).
Scope of Work
This project involves the comprehensive replacement of fire alarm systems across multiple buildings (D, F, G, H, I, and the Facilities Maintenance Building) at the Pearl Harbor National Memorial. Key requirements include:
- Removal and Disposal: Proper removal and disposal of six existing UL-listed fire alarm panels and six existing alarm control panels.
- Installation: Installation of six new UL-listed fire alarm panels and six new alarm control panels.
- Inspection & Repair: Inspection, cleaning, and repair/replacement of associated components such as circuit breakers, wiring, grounds, and 'Trouble' notifications.
- Fire Suppression System: Inspection of check valves, pumps, fittings, pipes, and sprinkler heads for leaks in Buildings G, H, I, and the Maintenance Shop, including disassembly, inspection, and cleaning of pumps, and testing of systems.
- All work must adhere to and exceed National Fire Protection Association (NFPA) codes and standards. Fire extinguishers are explicitly excluded from this contract.
Contract & Timeline
- Contract Type: Firm Fixed Price.
- Period of Performance: Estimated June 1, 2026, to September 30, 2026.
- Set-Aside: 100% Total Small Business Set-Aside (FAR 19.5).
- NAICS Code: 238210 Electrical Contractors & Other Wiring Installation (Small Business Size Standard: $19M).
- Quotes Due: May 20, 2026, at 12:00 PM EDT.
- Published Date: April 27, 2026.
Evaluation
Award will be made to the responsible vendor whose quote is technically acceptable and represents the best value to the Government, considering price and technical factors. Evaluation factors include:
- Technical Capability
- Experience
- Total Price
Submission Requirements & Notes
- Quotes must be submitted via email to janet_milson@nps.gov.
- Required submittal items include a completed SF18 form, signed acknowledgement, completed provisions (including 52.204-24, 52.204-26), and a project narrative demonstrating ability to meet SOW requirements.
- All interested parties must be registered in the System for Award Management (SAM).
- Contractor is responsible for obtaining all necessary permits, licenses, and insurance.
- A Wage Determination (2015-5739) for Hawaii is attached, outlining minimum wage rates and fringe benefits, which bidders must incorporate into their cost proposals.
- Work will be performed during regular park business hours (Monday-Friday, 7:00 a.m. to 5:00 p.m. HST) at the Pearl Harbor National Memorial.
- Contact for inquiries: Janet Milson, Contracting Specialist, at janet_milson@ios.doi.gov or (253) 322-1378.