Skip to main content

An official website of the United States government

You have 2 new alerts

S--DESIGN/BUILD Fire Suppression System, Lassen Volca

Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information

  • Contract Opportunity Type: Solicitation (Updated)
  • Updated Published Date: Apr 04, 2024 01:19 pm PDT
  • Original Published Date: Mar 21, 2024 03:45 pm PDT
  • Updated Date Offers Due: Apr 15, 2024 02:00 pm PDT
  • Original Date Offers Due: Apr 15, 2024 02:00 pm PDT
  • Inactive Policy: 15 days after date offers due
  • Updated Inactive Date: Apr 30, 2024
  • Original Inactive Date: Apr 30, 2024
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Product Service Code: S202 - HOUSEKEEPING- FIRE PROTECTION
  • NAICS Code:
    • 238220 - Plumbing, Heating, and Air-Conditioning Contractors
  • Place of Performance:

Description

The purpose of this Amendment 0001 is to include Attachment 5 - Project Specifications REVISED.

The National Park Service (NPS) at Lassen Volcanic National Park (LAVO) has a requirement for design and installation of a fire suppression system for buildings 16 and 17. The project is located at Lassen Volcanic National Park Headquarters, 38050 Hwy 36 East, Mineral, CA 96063. Contractor shall provide all supervision, labor, equipment, testing, and supplies necessary to complete the work as identified in the project specifications and associated documents provided as attachments to the solicitation.

Per FAR 36.204 the project range is estimated to be between $25,000 and $100,000.

The North American Industry Classification System (NAICS) Code for this requirement is 238220, with a corresponding size standard of $19 million in annual gross receipts for the past three years.

This acquisition is a Total Small Business Set-Aside. Quotations are solicited only from small business concerns. Quotations received from concerns that are not small business concerns shall not be considered.

The Government anticipates award of a firm-fixed-price purchase order resulting from this solicitation. Evaluation for award will be made in accordance with the simplified acquisition procedures outlined in FAR Part 13.106. The Government anticipates issuing an order resulting from this request for quotation to the responsible quoter whose quotation will be most advantageous to the Government, price and other factors considered as listed in the Request for Quotation (see Section M).

See Section J Attachment 1: Specifications, and Section J Attachment 2: Drawings, for a detailed description of the requirement.

Refer to provisions and clauses and other attachments for additional information about this requirement and instructions on how to submit a quotation.

SITE VISIT information can be located in Section L. A SITE VISIT is scheduled for Wednesday, April 3, 2024, at 1 p.m. Pacific Time. RSVP is required. See Section L for more information.

Submit questions only through email to the person identified in Section L.

Quotations must be received in their entirety via email as instructed in Section L no later than the date and time specified in Block 13 of the SF 1442.

Contact Information

Contracting Office Address

  • 333 BUSH STREET SUITE 500
  • SAN FRANCISCO , CA 94104
  • USA

Primary Point of Contact

Secondary Point of Contact





History