B421 Fire Alarm System
ID: W50S9J-25-B-A019Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW7N7 USPFO ACTIVITY WVANG 130CHARLESTON, WV, 25311-1023, USA

NAICS

Electrical Contractors and Other Wiring Installation Contractors (238210)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- ELECTRIC WIRE AND POWER DISTRIBUTION EQUIPMENT (J061)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Defense, specifically the Department of the Army, is soliciting bids for the B421 Fire Alarm System project at the West Virginia Air National Guard in Charleston, West Virginia. The project entails the replacement and refurbishment of the fire alarm and mass notification system in Hangar 421, requiring compliance with various safety standards and the installation of a new addressable fire alarm system that integrates with existing infrastructure. This procurement is crucial for ensuring the safety and operational readiness of the facility, with an estimated contract value between $250,000 and $500,000. Interested small businesses must submit their bids by August 11, 2025, and can contact SSgt Jorden McCormick at jorden.mccormick@us.af.mil or Lt Col Sam Stuck at samuel.stuck@us.af.mil for further information.

    Point(s) of Contact
    SSgt Jorden McCormick
    (304) 341-6206
    (304) 341-6076
    jorden.mccormick@us.af.mil
    Lt Col Sam Stuck
    (304) 341-6292
    (304) 341-6076
    samuel.stuck@us.af.mil
    Files
    Title
    Posted
    The document is an Abstract of Offers for a construction project involving a Fire Alarm System at the USPFO Activity WVANG 130. The solicitation number is W50S9J-25-B-A019. The project, titled "B421 Fire Alarm System," has a government estimate of $271,165.92. Two offers were received: MTNT Facility Solutions, LLC, with a bid of $282,007.00 and 20% bid security, and Binary Exchange Technologies, LLC, with a bid of $525,240.00 and no bid security specified. The document was issued on July 11, 2025, and opened on August 11, 2025. It was certified by Ms. Erica Oldaker, Contract Officer, on August 12, 2025, confirming all offers received were opened, read, and recorded.
    The provided government file, likely part of federal RFP documentation, details fire alarm and mass notification system (MNS) plans across multiple sectors (4, 6, 7, and 8) of a facility. It includes floor plans, device numbering legends, and general notes. The plans specify the location of existing and new fire alarm and foam fire suppression system devices, along with various fire suppression and fire alarm symbols and their descriptions. Key notes highlight specific installation requirements, such as device placement on mechanical platforms or relocation of existing devices. The document emphasizes adherence to a standardized device numbering legend for both fire alarm (FAZN#) and foam (FOZN#) system components, indicating zone numbers for conventional system devices. The scale for the floor plans is 1/8" = 1'-0", with an overall site plan (KEY PLAN) provided at
    The document presents the Fire Alarm and Mass Notification System (MNS) plans for multiple sectors, indicating upgrades designed to enhance fire safety compliance within a federal project. Specifically, it outlines the installation and location of various fire alarm devices, including smoke and heat detectors, notification appliances, and control panels across different sectors. Each plan includes a detailed numbering legend for fire alarm and foam system devices to ensure clarity in installation and maintenance. Key highlights include existing devices that will be screened for continued use, device relocations for new additions, and specifications for proposed setups to conform to safety standards. The sections are organized with clear visual aids, maps, and device layouts, ensuring that the designs accommodate structural modifications while upholding safety regulations. Emphasizing precise device identification and placement is vital for effective emergency response, outlining the project’s commitment to improving public safety infrastructure. These upgrades reflect compliance with federal and state regulations related to fire safety, underscoring the significance of the project within the government's broader investment in safety measures.
    The document is a Request for Information (RFI) for Solicitation W50S9J-25-B-A019, concerning the B421 Fire Alarm System for the West Virginia Air National Guard. The RFI includes a question and answer section, with one entry dated July 15, 2025. The question asks for the make and model number of the existing fire alarm system. The answer provided states that the panel is a Monaco M-series conventional panel, model number M-2:NB,28”,138.9250. This document is part of the federal government's procurement process, specifically an RFP, designed to gather information about existing infrastructure to facilitate future upgrades or replacements of the fire alarm system.
    The document pertains to Solicitation W50S9J-25-B-A019, related to the B421 Fire Alarm System for the West Virginia Air National Guard. It addresses requests for information, summarizing inquiries and their corresponding answers. A key point highlighted is the existing fire alarm system, specifically identifying the make and model of the panel as a Monaco M-series, model M-2:NB,28”,138.9250. The inquiry was recorded on July 15, 2025, demonstrating ongoing communication between potential contractors and the government regarding specifications and requirements for the fire alarm system installation or upgrade. This is part of the broader context of federal RFP processes aimed at soliciting bids for government projects while ensuring transparency and clarity in communicating technical details necessary for compliance in federal contracting practices.
    This document is an Invitation for Bids (IFB) for the B421 Fire Alarm System project at the 130th Airlift Wing in Charleston, West Virginia. The project, a 100% Total Small Business Set-Aside with a NAICS code of 238210 ($19.0M size standard), involves repairing and replacing the fire alarm and mass notification system in Hangar 421. The estimated value is between $250,000 and $500,000, with Davis Bacon Wage Rates applicable. Bids are due by August 11, 2025, at 1:00 PM local time. A mandatory performance period of 365 calendar days is set, beginning 10 calendar days after receiving notice to proceed. A pre-bid conference and site visit are scheduled for June 22, 2025, at 1:00 PM EST, requiring prior registration. Bids must be submitted via hand-delivery and include a signed SF 1442, priced bid schedule, bid bond (photocopies accepted), and completed representations and certifications. All amendments and communications will be posted on SAM.gov, and offerors must be registered in SAM to access project details and submit bids.
    This government file details Amendment 0001 to Solicitation W50S9J-25-B-A019, issued by the USPFO Activity WVANG, for repairing and replacing the fire alarm and mass notification system in Hanger 421 at McLaughlin ANGB, Charleston, WV. The key change is the postponement of the pre-bid conference from June 22, 2025, to July 22, 2025, at 1:00 PM local time. This solicitation is a 100% Total Small Business Set-Aside, with the intent to award a Firm Fixed Price contract based on price. The document outlines instructions for acknowledging amendments, submitting bids (including hand-carried options), attending the mandatory pre-bid conference and site visit (requiring prior registration due to security), and the process for submitting formal questions by July 25, 2025. It also specifies that technical data is accessible via SAM.gov and outlines the National Guard Agency Protest Program. Construction wage rates (WV20250038) are applicable, and offerors may be requested to provide qualifications to establish responsibility. All other terms and conditions of the original solicitation remain unchanged.
    The document outlines a solicitation for bids on the B421 Fire Alarm System project at the West Virginia Air National Guard's McLaughlin ANGB. This project, designated as a 100% total small business set-aside, involves the refurbishment of the fire alarm and mass notification system. The budget is estimated between $250,000 and $500,000, necessitating compliance with Davis-Bacon wage rates. Contractors must submit bids by August 11, 2025, with a requirement for performance bonds and guarantees. A pre-bid conference is scheduled for June 22, 2025, to address bid requirements and questions. The solicitation emphasizes the importance of timely bid submissions and compliance with various regulations, including registration in the System for Award Management (SAM). Offerors must adhere to detailed clauses from the Federal Acquisition Regulation (FAR), including provisions regarding representations, certifications, and compliance with specific standards. The document stresses that bids must be delivered in sealed packages and highlights the significance of established protocols for site inspections, questions, and proposal submissions. This initiative reflects a structured approach to government contracting, prioritizing small business participation and regulatory adherence.
    The document outlines an amendment to a solicitation for a project involving the refurbishment of fire alarm and mass notification systems at the West Virginia Air National Guard's facility. The amendment changes the pre-bid conference date from June 22, 2025, to July 22, 2025, emphasizing the necessity for bidders to register for the conference due to base access security protocols. The solicitation is designated as a 100% Small Business Set-Aside, and the govermnet plans to award a Firm Fixed Price (FFP) contract to the most advantageous bidder based on price. Detailed instructions for bidders, including a requirement for formal communication through specific channels for inquiries and the stipulation on bid submission guidelines, are included. Additionally, it outlines the procedure for protest resolution through the National Guard's agency protest program. Lastly, the document integrates various clauses from the Federal Acquisition Regulation, ensuring compliance with federal standards. The focus is on ensuring transparency and fairness in the bidding process while adhering to security measures at the military installation.
    The Statement of Work outlines the replacement and refurbishment of the fire alarm and mass notification system in Hangar 421 at McLaughlin Air National Guard Base, Charleston, WV. The project requires the removal of existing conventional fire alarm components and Mass Notification System, and the installation of a new addressable fire alarm system, integrating with the existing Siemens FA panel in Building 421 and communicating with the panel in Building 407. All work must comply with NFPA 72, UFC 3-600-01, and UFC 3-601-02, and be performed by NICET Certified Technicians. The contractor is responsible for debris removal, waste disposal, and adherence to safety and security protocols, including obtaining permits for hot work and base access for personnel. The project has a 365-day period of performance from the Notice to Proceed, with specific work hours and site access restrictions. The contractor must provide submittals, drawings, and material safety data sheets for approval, and a one-year warranty on all materials, labor, and installed equipment. Project completion requires pre-final and final inspections, with closeout documents including testing reports, waste diversion reports, and red-line drawings.
    The Statement of Work (SOW) for the Fire Alarm Replacement project at Hangar 421 of the West Virginia Air National Guard details the scope and requirements for updating the fire alarm and mass notification systems. The project, located at McLaughlin Air National Guard Base in Charleston, West Virginia, mandates adherence to NFPA 72 and Unified Facility Criteria. Key tasks include the removal of the existing fire alarm components and mass notification system, and their replacement with a fully addressable system integrated with existing equipment. Contractors are responsible for debris removal, waste disposal in compliance with regulations, and must ensure safety during operations, including obtaining necessary permits for activities like welding. The project timeline allows for a maximum of 365 days post-Notice to Proceed, with specific work hours. Additionally, contractors must comply with stringent security measures for personnel access, provide material submittals for approval, and perform final inspections upon completion. Required warranties include one year for all materials and labor, ensuring the work is free from defects. Documentation such as waste reports and mechanical testing must be submitted within ten days of project completion, emphasizing thorough project closeout processes. This SOW exemplifies the government's commitment to maintaining safety standards while modernizing critical facilities.
    Lifecycle
    Title
    Type
    B421 Fire Alarm System
    Currently viewing
    Solicitation
    Similar Opportunities
    Hangar 3211 Fire Suppression Repair
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors for the Hangar 3211 Fire Suppression Repair project at Joint Base McGuire-Dix-Lakehurst in New Jersey. This project involves the demolition and removal of an existing High Expansion Foam fire suppression system and fire alarm system, followed by the installation of a new mass notification fire alarm and HEF system, along with related incidental work. The project is critical for ensuring the safety and operational readiness of the hangar, and it will be conducted in an occupied building, requiring careful coordination to minimize disruption. Interested parties, particularly Service-Disabled Veteran-Owned Small Businesses, should contact Kristen Rodgers at kristen.rodgers.1@us.af.mil or 609-754-4690 for further details.
    EAR048 Repair Site Fire Alarm System
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is soliciting bids for the repair and replacement of fire alarm systems at Eareckson Air Station on Shemya Island, Alaska. The project entails a Firm Fixed Price (FFP) Design-Bid-Build (DBB) construction contract that includes the demolition and replacement of outdated fire alarm systems across 44 buildings, as well as the installation of two Monaco D-21 receiving stations and outside plant fiber optic cabling for enhanced communication of fire alarm signals. This initiative is critical for ensuring compliance with UFC 3-600-01 Fire Protection Engineering standards and improving safety measures at the installation. Interested small businesses are encouraged to reach out to Michelle Nelsen at michelle.nelsen@usace.army.mil or call 907-753-2527 for further details, as this opportunity is set aside for total small business participation.
    Y1DA--437-23-105 Replace Fire Alarm System 437-26-1-6690-0001
    Buyer not available
    The Department of Veterans Affairs, through Network Contracting Office 23, is soliciting proposals for the replacement of the fire alarm system at the Fargo VA Health Care System. This project involves the complete overhaul of the existing analog fire alarm system, which is at the end of its functional life, to a new digital, addressable voice notification system, including the installation of control panels, wiring, annunciators, and detectors across the campus. The importance of this upgrade lies in ensuring the safety and operational continuity of the facility, particularly in a healthcare environment. The estimated contract value ranges from $2 million to $5 million, with a performance period of 540 days from the Notice to Proceed. Interested bidders must submit their proposals electronically by December 18, 2025, and can direct inquiries to Contracting Officer Dwayne Brauch at dwayne.brauch@va.gov or by phone at 651-293-3039.
    Z1DA--PN: 568-24-106, Upgrade Fire Alarm System (FM)
    Buyer not available
    The Department of Veterans Affairs (VA) is seeking qualified contractors for the upgrade of the Fire Alarm System at the Black Hills Health Care System - Fort Meade Campus in South Dakota. This project, identified as number 568-24-106, involves a comprehensive upgrade to the existing fire alarm system, which must be compatible with Johnson Controls, Inc. components, and includes tasks such as demolition, installation of new devices, and electrical work. The contract is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), with an estimated construction magnitude between $2,000,000 and $5,000,000, and a Period of Performance of 670 calendar days. Interested bidders must be registered in the System for Award Management (SAM) and certified as SDVOSB, with the Invitation for Bids (IFB) expected to be issued around November 21, 2025. For further inquiries, contact Contract Specialist John Breyer at john.breyer@va.gov.
    Replace Fire Alarm System for Buildings 15, 65, 68, 88, 90, & 93
    Buyer not available
    The Department of Veterans Affairs is seeking qualified contractors to replace the obsolete fire alarm systems in multiple buildings at the Central Alabama Veterans Health Care System located in Tuskegee, Alabama. This project aims to address significant safety risks posed by the current outdated systems, which include an antiquated fiber optic network and lack of campus-wide voice/alarm functionality, with an estimated contract value between $10,000,000 and $20,000,000 and a completion period of 365 days. The procurement is a 100% Set-Aside for certified Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), and interested contractors must be SBA-certified and registered in SAM. The solicitation (36C24726R0028) is expected to be posted around January 31, 2026, and for further inquiries, potential bidders can contact Kimberly D Devlin at kimberly.devlin@va.gov or Joyce Powers at joyce.powers1@va.gov.
    Y1DA--519-24-400-NRM Install Fire Alarm Bldg. 25
    Buyer not available
    The Department of Veterans Affairs is soliciting quotes for a construction project to install a new fire alarm system in Building 25 at the West Texas Veterans Affairs Healthcare System in Big Spring, TX. The project involves replacing the existing Honeywell fire alarm system with a Siemens system to ensure compatibility with the main Siemens infrastructure in Building 24, and is designated as a 100% Service-Disabled Veteran Owned Small Business (SDVOSB) set-aside. This upgrade is critical for maintaining a unified and reliable fire safety system across the campus, enhancing safety for patients and staff. Interested contractors must submit their quotes electronically to Eileen Myers by January 2, 2026, at 10:00 AM CST, with the estimated contract value between $250,000 and $500,000.
    Renovation Bldg. 52, Kansas Air National Guard, McConnell AFB, Kansas
    Buyer not available
    The Department of Defense, through the Department of the Army, is seeking contractors for the renovation of Building 52 at McConnell Air Force Base in Kansas. This project involves the use of specific brand-name items to ensure compliance with standards for security alarm systems, fire alarm systems, utility meter readings, and direct digital controls systems. The identified brands include Advantar Alarm System, Notifier Fire Alarm System by Honeywell, and Schneider Electric products, which are critical for maintaining operational integrity at the base. Interested contractors can reach out to Jeri L. Halterman at Jeri.l.Halterman@usace.army.mil or by phone at 816-389-2198 for further details regarding the procurement process.
    Y1DA--528A6-24-612 Connect PIVs to Fire Alarm System
    Buyer not available
    The Department of Veterans Affairs is soliciting bids for a federal contract to connect Post Indicator Valves (PIVs) to the fire alarm system and upgrade fire zones in Building 78 at the Bath VA Medical Center in New York. The project involves installation, testing, and commissioning services to enhance fire alarm systems, including the integration of PIV supervision, installation of bollard protection, and the expansion of fire alarm zoning from one to eleven zones with voice alarms in living areas. This initiative is critical for ensuring the safety and compliance of the facility, which serves as a nursing home for veterans. The estimated contract value ranges from $250,000 to $500,000, with a completion timeline of 180 days from the Notice to Proceed. Interested contractors must register in SAM, verify their Service-Disabled Veteran-Owned Small Business status, and submit bids by December 22, 2025, with a mandatory pre-bid site visit scheduled for December 3, 2025. For further inquiries, contact Devan Bertch at Devan.Bertch@va.gov.
    Notifiers
    Buyer not available
    The U.S. Department of State (DOS), specifically the Bureau of Overseas Buildings Operations (OBO), is seeking services to procure Notifier brand fire alarm equipment for its overseas posts. The primary objective of this procurement is to maintain, repair, and support fire protection systems, ensuring compliance with fire and life safety codes, Department policy, and Federal laws. These fire alarm systems are critical for ensuring safety at U.S. facilities abroad and are installed by contractors in both new and existing constructions. Interested vendors should submit their statements of interest and capability by December 19, 2025, at 10 AM (EST) to Theresa Hunt at huntt@state.gov, as this opportunity is part of a planned Blanket Purchase Agreement (BPA) under NAICS code 561621.
    Smoke Alarms
    Buyer not available
    The U.S. Department of State (DOS) is seeking industry input for a potential Blanket Purchase Agreement (BPA) to procure smoke alarms for U.S. Diplomatic Missions located overseas. The procurement aims to ensure compliance with safety standards, including UL217, CSFM, NFPA 72, NFPA 101, and ICC codes, and requires that all equipment be supplied from a single manufacturer (BRK) within fifteen business days of receiving a purchase order. This initiative is critical for maintaining fire safety in diplomatic facilities, and interested vendors are encouraged to submit their capabilities and relevant experience by December 9, 2025, at Noon (EST) to Theresa Hunt at huntt@state.gov.