Back to browse
AR Sources Sought

Z--HOSP - Install Fire Suppression

Department of the Interior — National Park Service

Solicitation Number 140P6026Q0044
Posted Date May 13, 2026
Due Date May 20, 2026
Estimated Value Not specified
NAICS Codes 238220
Place of Performance Hot Springs, AR

Description

HOSP - Install Fire Suppression — SOURCES SOUGHT (MARKET SURVEY): — The National Park Service (NPS) is conducting a market survey to determine the interest and capability of contractors for a possible upcoming project. All costs associated with providing information in response to this market survey shall be the responsibility of the firm. Any information submitted is voluntary. The Contracting Officer will make an acquisition strategy determination based on the results of this market survey. — Prime contractors interested in working at Hot Springs National Park the work will consist of: — This project involves the design and installation of fire protection and life safety systems for two historic duplex residential buildings, Quarters 70A/70B and Quarters 71A/71B, constructed in the 1930s as Army Navy general hospital double NCO quarters and proposed for restoration to their original residential use as temporary National Park Service (NPS) employee housing. Quarters 71A/71B are currently used by law enforcement personnel during normal business hours, Quarters 70A is used for law enforcement fitness activities, and Quarters 70B is vacant and used for storage; however, these interim uses did not involve permanent alterations to the residential layout or life safety features and do not constitute a change of occupancy classification. The proposed work restores the buildings to their historic duplex dwelling function with no increase in the number of dwelling units or occupant load. — The scope includes installation of single station fire alarm and carbon monoxide alarms, an NFPA 13D wet pipe automatic sprinkler system, and local alarm notification in accordance with applicable fire codes and NPS standards. Fire protection piping will be routed from the basement up through the recently installed HVAC chase and the piping on floors will be exposed with minimal wall and floor penetrations; the work is limited to the interior of the buildings, and therefore no exterior ground disturbance or impacts to exterior historic building aesthetics are anticipated. A passage opening that interconnects Quarters 71A and 71B kitchens will be infilled with a 1 hour rated wall assembly to restore two separate duplexes. — Each duplex will accommodate up to six occupants and based on the existing conditions, limited scope of work, and residential use, the project was evaluated under the IBC, IEBC, and applicable NPS preservation briefs, is classified as group R 3 / Residential, and, as the buildings are less than three stories in height, it was determined the buildings would fall within the applicability of the IRC for one and two family dwellings, as outlined herein. We anticipate that work would begin in Fall 2026. — The NAICS code for this project is 238220, Plumbing, Heating, and Air-Conditioning Contractors, with a small business size standard of $19M. The Magnitude of Construction anticipated is between $100,000 and $250,000. Interested contractors should also consider their construction bonding capacities when responding. — Contractor must be registered as a small business under the listed socio-economic categories in SAM (System for Award Management) under NAICS code 238220 to be considered/confirmed. — Interested firms must submit the attached Market Research Sources Sought Survey. — This market research is being conducted to acquire additional information about potential contractors that may be interested in performing this work. This is not a request for quote (RFQ) and does not constitute any commitment by the Government to issue any solicitation. All interested firms must respond to future solicitation announcements separately from responses to this market survey. Any solicitation that may be issued will be posted on SAM.gov. — All responses must be submitted via email not later than 1200 CT, May 20, 2026. Email address: bridget_parizek@ios.doi.gov. Include the reference number (140P6026Q0044) in the subject line.

HOSP - Install Fire Suppression — SOURCES SOUGHT (MARKET SURVEY): — The National Park Service (NPS) is conducting a market survey to determine the interest and capability of contractors for a possible upcoming project. All costs associated with providing information in response to this market survey shall be the responsibility of the firm. Any information submitted is voluntary. The Contracting Officer will make an acquisition strategy determination based on the results of this market survey. — Prime contractors interested in working at Hot Springs National Park the work will consist of: — This project involves the design and installation of fire protection and life safety systems for two historic duplex residential buildings, Quarters 70A/70B and Quarters 71A/71B, constructed in the 1930s as Army Navy general hospital double NCO quarters and proposed for restoration to their original residential use as temporary National Park Service (NPS) employee housing. Quarters 71A/71B are currently used by law enforcement personnel during normal business hours, Quarters 70A is used for law enforcement fitness activities, and Quarters 70B is vacant and used for storage; however, these interim uses did not involve permanent alterations to the residential layout or life safety features and do not constitute a change of occupancy classification. The proposed work restores the buildings to their historic duplex dwelling function with no increase in the number of dwelling units or occupant load. — The scope includes installation of single station fire alarm and carbon monoxide alarms, an NFPA 13D wet pipe automatic sprinkler system, and local alarm notification in accordance with applicable fire codes and NPS standards. Fire protection piping will be routed from the basement up through the recently installed HVAC chase and the piping on floors will be exposed with minimal wall and floor penetrations; the work is limited to the interior of the buildings, and therefore no exterior ground disturbance or impacts to exterior historic building aesthetics are anticipated. A passage opening that interconnects Quarters 71A and 71B kitchens will be infilled with a 1 hour rated wall assembly to restore two separate duplexes. — Each duplex will accommodate up to six occupants and based on the existing conditions, limited scope of work, and residential use, the project was evaluated under the IBC, IEBC, and applicable NPS preservation briefs, is classified as group R 3 / Residential, and, as the buildings are less than three stories in height, it was determined the buildings would fall within the applicability of the IRC for one and two family dwellings, as outlined herein. We anticipate that work would begin in Fall 2026. — The NAICS code for this project is 238220, Plumbing, Heating, and Air-Conditioning Contractors, with a small business size standard of $19M. The Magnitude of Construction anticipated is between $100,000 and $250,000. Interested contractors should also consider their construction bonding capacities when responding. — Contractor must be registered as a small business under the listed socio-economic categories in SAM (System for Award Management) under NAICS code 238220 to be considered/confirmed. — Interested firms must submit the attached Market Research Sources Sought Survey. — This market research is being conducted to acquire additional information about potential contractors that may be interested in performing this work. This is not a request for quote (RFQ) and does not constitute any commitment by the Government to issue any solicitation. All interested firms must respond to future solicitation announcements separately from responses to this market survey. Any solicitation that may be issued will be posted on SAM.gov. — All responses must be submitted via email not later than 1200 CT, May 20, 2026. Email address: bridget_parizek@ios.doi.gov. Include the reference number (140P6026Q0044) in the subject line.

Create a free account to read the full description

Sign up to access complete RFP details, AI match scores, and more.

Create Free Account