Canyon 2 Fire Invasive Weeds Survey and Treatment Cost Recovery
Agency: USFS Region 5: Pacific Southwest Region
Location: California
NAICS: 115310
| Agency | NPS Pacific West Region |
|---|---|
| Deadline | 01/29/26 |
| Posted | 01/14/26 |
| Estimated Value | $25,000 - $100,000 (value based on agency estimated range) |
| Set Aside | None |
| NAICS | 238220 - Plumbing, Heating, and Air-Conditioning Contractors |
| PSC | Z1FA - Maintenance Of Family Housing Facilities |
| Location | CA USA |
RFP No. 140P8526Q0015 The National Park Service (NPS), Yosemite National Park (YOSE) has a need for repair of fire system deficiencies identified during the annual testing. After repairs are made to the systems, interval testing and inspections (annual or 5-year) will be performed to achieve a passing report. All required inspections, testing, and maintenance to be performed as per the National Fire Protection Association (NFPA) 25, Standard for Inspections, Testing, and Maintenance of Water-Based Fire Protection Systems and all other associated NFPA Standards. Work to be Performed The contractor shall provide all parts, materials, labor, supervision, management, transportation, and equipment necessary to perform the work. The contractor shall maintain an adequate workforce to complete the work associated with the contract in a timely manner, within the period of performance. The contractor shall perform a field review of the deficiencies identified by others and included in this scope for work to confirm their validity and accuracy. Contractor shall perform all inspections and testing required at intervals equal to or greater than yearly: including, but not limited to 5 year internal pipe exams, 3 year leak test of dry pipe systems, and annual testing. All required inspections, testing, and maintenance to be performed as per the National Fire Protection Association (NFPA) 25, Standard for Inspections, Testing, and Maintenance of Water-Based Fire Protection Systems and all other associated NFPA Standards. The contractor shall provide an inspection report of a passed inspection of all the fire suppression systems that are a part of this contract. The inspection report shall be accepted by the State of California State Fire Marshall. The contractor shall dispose of all construction debris, including any items removed from government property, outside of Yosemite National Park.
Contractor shall replace out of date gauges 2 ea Contractor shall replace faded and missing signage Inspector s Test and Control Valve 2 ea Contractor shall add appropriate heads to the head box Contractor shall add appropriate head wrenches to the head box Contractor shall replace recalled sprinkler heads 1 2 155* QR GB Central HSW 6 ea Contractor shall sprinkler heads that are covered with expanding foam 1 2 155* Central heads 2 ea Contractor shall replace pressure switch 1 ea Contractor shall replace dry pipe valve current model 1995 Reliable Mod D, 16 take out, Flange X groove 1 ea can replace with approved equal Contractor shall replace 1 2 ball valve at Inspector s Test Valve 1 ea Contractor shall perform all inspections and interval testing required for compliance with NHPA standards with passing report. This procurement is set-aside for Small Business (SB) concerns only. Offers received from concerns that are not Small Business concerns shall be considered nonresponsive and will be rejected. The North American Industry Classification System (NAICS) code is 238220; the small business size standard is $19.0 million. The construction magnitude for this solicitation is $25,000 to $100,000.00. The Government intends to award a single, firm-fixed-price contract. Award selection will be made on a comparative evaluation of offers considering price and other non-price factors (technical capability and past performance) as listed in the RFQ. The RFQ will be available via electronic commerce only and may be accessed on or about 2 February 2026, at SAM.gov: https://sam.gov/. The due date for quotes is estimated to be 12 February 2026. However, this may be extended at the discretion of the Government. Prospective offerors are responsible for periodically checking these websites for any amendments that may be issued prior to the closing date of the RFQ. An organized site visit has been tentatively scheduled for 6 February 2026. Additional information on the site visit will be included in the solicitation.
Offerors shall be required to have a SAM unique entity identifier number and an active registration in the System for Award Management (SAM) (www.sam.gov) in order to conduct business with the Federal Government. Offerors will be required to complete online Representations and Certifications at the SAM website. A contract award may or may not result from this solicitation, and all costs associated with preparing proposals are at the contractor s own expense. NOTE: Information contained in this pre-solicitation announcement is subject to change.
| Contact name | Roppolo, Brian |
|---|---|
| Contact email | brian_roppolo@nps.gov |
| Contact phone | (206) 220-4215 |
Agency: USFS Region 5: Pacific Southwest Region
Location: California
NAICS: 115310
Agency: FCI Mendota
Location: California
NAICS: 311999
Agency: BLM California Region
Location: California
NAICS: 237310
Agency: Air Force Test Center
Location: California
NAICS: 334220