Synopsis
The National Park Service (NPS) at Grand Canyon-Parashant National Monument, located within Mohave County, Arizona, has a requirement to upgrade, repair, and rehab the fire suppression system for two log cabins at the Dellenbaugh Administrative Site. The cabins have changed National Fire Protection Code (NFPA) occupancy codes from residential to lodging. Therefore, additional fire suppression components are required to bring the facility into compliance with applicable NFPA codes. This facility provides lodging and research, fire and law enforcement support facilities in a very remote location, 90 miles away from the closest firefighting facility, and will provide structure protection to the two cabins at the only National Park Service administrative facility in the monument. The work would include:
- Install submersible pump, wet pipe valves, gauges, alarms, piping, electrical systems and control components.
- Install automatic sprinkler heads attached to piping system.
- Install new incoming service main supplied from a new water booster pump installed in existing 10,000-gallon underground water tank.
- Install a fire alarm detection system for all areas of both cabins.
- Install fire alarm control panel, control modules, power booster panel, manual pull stations, photoelectric smoke detectors, and heat sensors.
Sections of walls, flooring, and ceiling tile will be demoed and replaced to install systems. New wiring will be installed in ¾-inch conduit minimum. New smoke sensors and heat sensors will be placed in proper spacing and fire alarm manual pull stations will be placed at door openings. New fire alarm control panel will be installed in a lockable steel enclosure. A complete and operational fire sprinkler system will be laid out, fabricated, installed, coordinated, tested, and placed into service with all piping, conduit, equipment, and related appurtenances.
The Dellenbaugh admin site is an isolated, remote location. There is no cellular, landline, cable, or public internet service. There are no medical facilities within the area, with the closest being 90 miles away. There are no vehicle maintenance services or fuel available at the site. All food and fuel must be transported to the site. Access to the work site is by unimproved, BLM and Mohave County maintained roads which condition varies depending on time of year and can be in fair to poor condition. High clearance, 4-wheel drive vehicles are recommended for travel.
The project magnitude is estimated between $500,000 and $1,000,000. The acquisition is subject to the North American Industry Classification System (NAICS) code of 238220 with a size standard of $19 million, and a total small business set-aside will be utilized for the solicitation. Offers received from concerns that are not small business concerns shall not be considered.
The Request for Proposal (RFP) will be issued through sam.gov on/or about 5/21/26. The contracting office will not provide hardcopies of the solicitation. The RFP will close 30 days from the actual date of issuance. The offeror is responsible for periodically checking the website for any Amendments that may be issued prior to the closing date of the RFP. The Government intends to award a single, firm-fixed-price contract. Award selection will be made on a Best Value determination made after consideration of price and factors other than price as listed in the Request for Proposal. In order to be eligible for award, an offeror must have a Unique Entity ID (UEI). Also, the offeror must be registered and active in the System for Award Management (SAM), website at http://www.sam.gov, and have completed their Online Representations and Certifications at the time of the solicitation close date.
An organized site visit will be scheduled. While not mandatory, offerors are urged and expected to inspect the site where the work will be performed. See Section L of the RFP (when issued) for more information regarding the date, time, and location of the site visit
POINT OF CONTACT: Caleb Overbaugh, Contract Specialist, caleb_overbaugh@ios.doi.gov