SOLICITATION NOTICE
H -- H--GETT/EISE Alarm Monitoring Services
- Notice Date
- 2/20/2026 1:06:23 PM
- Notice Type
- Presolicitation
- NAICS
- 561621
— Security Systems Services (except Locksmiths)
- Contracting Office
- NER SERVICES MABO (43000) BOSTON MA 02108 USA
- ZIP Code
- 02108
- Solicitation Number
- 140P4226Q0013
- Response Due
- 3/9/2026 9:00:00 AM
- Archive Date
- 12/31/2026
- Point of Contact
- Hubbell, Eric, Phone: 4842697159
- E-Mail Address
-
eric_hubbell@nps.gov
(eric_hubbell@nps.gov)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- The National Park Service�s Gettysburg National Military Park (GETT) / Eisenhower National Historic Site (EISE) require Alarm Monitoring and Maintenance services for locations throughout both parks. These services include monitoring, annual inspection, biannual maintenance, and optional service calls. This requirement includes base items and optional items. The Contractor shall furnish all equipment and sufficient personnel for all required services and all related incidental work as in accordance with the specifications stated herein. GENERAL: This is a NEW requirement. This is a PRE-SOLICITATION NOTICE only and does not constitute a solicitation; accordingly, no response is due at this time. No questions will be accepted about this pre-solicitation notice. All questions will be addressed after the solicitation is posted through official amendments. Specific instructions on submitting proposals will be contained in the solicitation documents. It is anticipated that the solicitation will be issued sometime after 3/9/2026. The entire solicitation package, including all attachments, will be available electronic through SAM.gov only. Paper copies of this solicitation ARE NOT AND WILL NOT be made available. Anyone wishing to participate in this proposed procurement must obtain their copy from SAM.gov. Copies will not be mailed from the Contracting Office. All amendments will be posted on SAM.gov. Contractors will be solely responsible for obtaining amendments from this site to update files. PROJECT SCOPE: The Contractor shall provide all material, labor, and equipment required to perform the work described herein according to the contract plans and specifications. The general scope of work includes: Alarm Monitoring Provide monitoring services for forty-seven (47) fire and eleven (11) intrusion alarms throughout the parks, and ensure associated notification and coordination with emergency services. Routine Maintenance and Troubleshooting Provide bi-annual, on-site routine maintenance and troubleshooting for alarm systems, including troubleshooting, programming/reprogramming, and repair/replacement of contacts, sensors, detectors and/or wiring as required. Annual Inspections Conduct annual inspections for alarm systems throughout the Parks, in accordance with the requirements of NFPA 72, and conducted concurrently with spring routine maintenance and troubleshooting. Service Calls Perform service calls to troubleshoot, repair, or replace alarm system components as requested, at pre-determined rate(s) within limitations of the contract. PLACE OF PERFORMANCE: Gettysburg National Military Park (GETT) / Eisenhower National Historic Site (EISE) PROCUREMENT TYPE: The Government anticipates awarding a single firm-fixed price contract award from the solicitation under FAR 12.207 (a). The Source Selection will be conducted under FAR Part 13 � Simplified Acquisition Procedures using FAR 15.101-2 Lowest Price Technically Acceptable Source Selection Process, as authorized by FAR 13.106-1 (a)(2)(v). SET-ASIDE: This acquisition will be a 100% Small Business Set-aside. Offers will only be accepted from small business concerns. Offers received from concerns that are not small business concerns shall be considered nonresponsive and will be rejected. NORTH AMERICAN INDUSTRIAL CLASSIFICATION SYSTEM (NAICS) CODE AND SMALL BUSINESS SIZE STANDARD: The NAICS code for this project is 561621 - Security Systems Services (except Locksmiths), and the small business size standard is $25M. PERIOD OF PERFORMANCE: One (1) year base period with four (4) one-year option periods, to begin approximately 4/1/2026. SITE VISIT: In accordance with FAR 52.237.1 � Site Visit, offerors or quoters are urged and expected to inspect the site where services are to be performed and to satisfy themselves regarding all general and local conditions that may affect the cost of contract performance, to the extent that the information is reasonably obtainable. In no event shall failure to inspect the site constitute grounds for a claim after contract award. A site visit is tentatively planned for a to be determined date in March 2026, more specific information will be provided in the solicitation. NOTE: All prospective contractors must be registered in the System for Award Management (SAM) database at http://www.sam/gov/ before award of contract; failure to register in the SAM database shall cause your firm to be ineligible for the award and removed from consideration.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/b3477359d136456babf00dd201170f3d/view)
- Record
- SN07722366-F 20260222/260220230035 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |