Skip to content
Department of the Interior

C--Multiple Award IDIQ- Professional Fire Protection Engineering and Fire Protecti

Solicitation: 140PS126R0001
Notice ID: 5a69a0450fed48c8aad49ffcfeadf288
TypePresolicitationNAICS 541330PSCC219Set-AsideSBADepartmentDepartment of the InteriorAgencyNational Park ServicePostedFeb 02, 2026, 12:00 AM UTCDueFeb 16, 2026, 10:00 PM UTCExpired

Presolicitation from NATIONAL PARK SERVICE • INTERIOR, DEPARTMENT OF THE. Place of performance: {"city":{},"state":{},"country":{}}. Response deadline: Feb 16, 2026. Industry: NAICS 541330 • PSC C219.

Market snapshot

Awarded-market signal for NAICS 541330 (last 12 months), benchmarked to sector 54.

12-month awarded value
$4,252,754,538
Sector total $5,796,289,192,140 • Share 0.1%
Live
Median
$500,000
P10–P90
$33,008$3,417,426
Volatility
Volatile200%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
0.1%
share
Momentum (last 3 vs prior 3 buckets)
+27299%($4,221,823,842)
Deal sizing
$500,000 median
Use as a pricing centerline.
Live signal is computed from awarded notices already observed in the system.
Signals shown are descriptive of observed awards; not a forecast.

Related hubs & trends

Navigate the lattice: hubs for browsing, trends for pricing signals.

We write these bids →
Open on SAM.gov →
Live POP
Place of performance
{"city":{},"state":{},"country":{}}
Contracting office
Washington, DC • 20240 USA

Point of Contact

Name
Loftus, Stephen
Email
stephen_loftus@nps.gov
Phone
202-354-2267

Agency & Office

Department
INTERIOR, DEPARTMENT OF THE
Agency
NATIONAL PARK SERVICE
Subagency
DOI, NPS CONOPS STRATEGIC
Office
Not available
Contracting Office Address
Washington, DC
20240 USA

More in NAICS 541330

Description

Multiple Award IDIQ Professional Fire Protection Engineering and Fire Protection Related Facility Management Services
ACTION: Pre-Solicitation Notice
CLASSIFICATION CODE: C219 Other Architect & Engineering Services.
CONTRACTING OFFICER: Stephen Loftus
NATIONAL PARK SERVICE
CONTRACTING OPERATIONS - STRATEGIC
1849 C Street
NW Washington, DC 20240

POINT OF CONTACT:
Stephen Loftus, 202-354-2267, stephen_loftus@nps.gov
PLACE OF PERFORMANCE: DOI locations throughout the United States, its territories and possessions, Puerto Rico, the Trust Territory of the Pacific Islands and the District of Columbia
PLACE OF PERFORMANCE COUNTRY: USA
Title of Project: Architect-Engineer (A/E) Fire Protection Engineering and Supporting Services
GENERAL:
The National Park Service (NPS), Department of Interior (DOI), Denver Service Center (DSC), is soliciting proposals as a Small Business Set-aside from all interested businesses having the capability to perform the work described below. The solicitation will be issued electronically on the Federal Business Opportunities website at www.fedbizopps.gov . Proposal documents will be available for download in Microsoft Word, HTML, Microsoft Excel, and Adobe PDF; Specifications will be available in Adobe PDF format; and drawings will be available in PDF format. Please Note: Paper copies of the solicitation will not be made available.

Vendors can search for opportunities and award history on www.fbo.gov without registering. The Federal Business Opportunities (www.fbo.gov) website has an Interested Vendors List and a Watchlist where you can add your company's interest. Registering provides the opportunity to receive notifications; this is a tool of convenience only and does not serve as a guarantee of notification. Interested vendors and plan holders are required to visit the website periodically to check for amendments and other changes to the synopsis or solicitation documents.

Prospective offerors desiring to conduct business with the DOI are required to have an active registration in the Systems for Awards Management (SAM) at www.sam.gov to include an active Unique Entity Identifier (UEI) with an all awards designation in order to conduct business with the Federal Government.

This pre-solicitation announcement is not a solicitation document, but pre-notice of an upcoming solicitation. Specific instructions on submitting your proposal will be contained in the solicitation documents to be issued on or after the date listed below.

Proposed Solicitation Issue Date: Estimated on/about February 16, 2026.

This is currently an unfunded requirement with a high expectation that funds will be available. When and if funds become available a contract will be awarded at that time.
The NAICS Code for this requirement is 541330 with a size standard of $25.5 million.

Title of Project: Architect-Engineer (A/E) Fire Protection Engineering and supporting services
Description:

The National Park Service (NPS), Washington Contracting Office (WCO), 12795 West Alameda Parkway, Denver, Colorado, 80225, is seeking qualified Small Business firm(s) or organization(s) to provide Architect-Engineer (A/E) Fire Protection Engineering and supporting services under an Indefinite Delivery Indefinite Quantity (IDIQ) contract for a variety of projects within National Park Service units either on-site at various DOI locations throughout the United States, its territories and possessions, Puerto Rico, the Trust Territory of the Pacific Islands and the District of Columbia or off-site at the Contractor's facility.
Work performed under an IDIQ as contemplated in this Request for Qualifications must be performed by individuals licensed or certified in at least one state or protectorate. It is difficult to anticipate ahead of time which disciplines NPS may require services to be performed under any given task order. Therefore firms, either on their own or in combination with subcontractors, provided compliance with the limitation on subcontracting is met, must have or be eligible to acquire professional qualifications, including license in various DOI locations throughout the United States, its territories and possessions, Puerto Rico, the Trust Territory of the Pacific Islands and the District of Columbia as necessary for the completion of a task order within 30 days of being notified of most highly qualified status. This restriction is necessary to meet licensure and certification requirements as well as to avoid undue delay in meeting agency requirements as they arise while taking into consideration concerns for human health and safety. As such, firms must demonstrate that they are or are capable of being or are eligible to be licensed or certified in any of the required disciplines within 30 days of being notified of most highly qualified status.
Type of Procurement: It is anticipated that two (2) negotiated firm-fixed price IDIQ contracts will be awarded requiring submission of both a technical and price proposal. The government will consider an offeror's technical capability in comparison to its price.

Estimated Price Range: $5 million each contract

Estimated Period of Performance: April 1, 2026, through March 31, 2031

Proposal receipt date is not known at this time. The actual date will be established in the solicitation documents

This procurement is a TOTAL SMALL BUSINESS SET-ASIDE. Responsible small business sources may submit an offer that will be considered. The small business size standard for NAICS 541330 is $25.5 million. Small Disadvantaged Business and HUBZone firms must be certified in accordance with solicitation clause, FAR 52.219-8 Utilization of Small Business Concerns.
All responsible sources may submit an offer which, if submitted in a timely manner, will be considered. It is the policy of the government to provide maximum practicable opportunities in its acquisitions to small business, veteran-owned small business, small disadvantaged business, and women-owned small business concerns. Such concerns must also have the maximum practicable opportunity to participate as subcontractors in the contracts awarded by any executive agency, consistent with efficient contract performance. All offerors are strongly encouraged to contact their local Small Business Administration Office, to post their need for qualified subcontractors at http://www.sba.gov .

No responses required as this is just a pre-solicitation announcement

Files

Files size/type shown when available.

No downloadable attachments detected for this notice.

BidPulsar Analysis

A practical, capture-style breakdown of fit, requirements, risks, and next steps.

Analysis is being generated for this notice. Check back shortly.

FAQ

How do I use the Market Snapshot?

It summarizes awarded-contract behavior for the opportunity’s NAICS and sector, including a recent pricing band (P10–P90), momentum, and composition. Use it as context, not a guarantee.

Is the data live?

The signal updates as new awarded notices enter the system. Always validate the official award and solicitation details on SAM.gov.

What do P10 and P90 mean?

P10 is the 10th percentile award size and P90 is the 90th percentile. Together they describe the typical spread of award values.