Skip to content
Department of the Interior

H--GETT/EISE Alarm Monitoring Services

Solicitation: 140P4226Q0013
Notice ID: b3477359d136456babf00dd201170f3d
TypePresolicitationNAICS 561621PSCH363Set-AsideSBADepartmentDepartment of the InteriorAgencyNational Park ServicePostedFeb 20, 2026, 12:00 AM UTCDueMar 09, 2026, 04:00 PM UTCCloses in 15 days

Presolicitation from NATIONAL PARK SERVICE • INTERIOR, DEPARTMENT OF THE. Place of performance: {"city":{},"state":{},"country":{}}. Response deadline: Mar 09, 2026. Industry: NAICS 561621 • PSC H363.

Market snapshot

Awarded-market signal for NAICS 561621 (last 12 months), benchmarked to sector 56.

12-month awarded value
$28,416,721
Sector total $921,599,318 • Share 3.1%
Live
Median
$285,150
P10–P90
$285,150$285,150
Volatility
Stable0%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
3.1%
share
Momentum (last 3 vs prior 3 buckets)
+100%($28,416,721)
Deal sizing
$285,150 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
Boston, MA • 02108 USA

Point of Contact

Name
Hubbell, Eric
Email
eric_hubbell@nps.gov
Phone
4842697159

Agency & Office

Department
INTERIOR, DEPARTMENT OF THE
Agency
NATIONAL PARK SERVICE
Subagency
NER SERVICES MABO (43000)
Office
Not available
Contracting Office Address
Boston, MA
02108 USA

More in NAICS 561621

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.

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.