CANCELLED Pull Station Fire Alarm
ID: W519TC25Q2177Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW390 MCALESTER ARMY AMMO PLANTMCALESTER, OK, 74501-5000, USA

NAICS

Power, Distribution, and Specialty Transformer Manufacturing (335311)

PSC

MISCELLANEOUS ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS (6350)

Set Aside

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

    The Department of Defense, specifically the Army Contracting Command, has announced the cancellation of the solicitation for Pull Station Fire Alarms at the McAlester Army Ammunition Plant in Oklahoma. The procurement originally sought 17 explosion-proof manual pull stations, such as the Cooper Wheelock MPS model or equivalents, to enhance safety measures at the facility. These fire alarm systems are critical for ensuring the safety and security of operations within the ammunition plant. Although the solicitation has been canceled, interested parties should remain informed of any updates or changes by regularly checking the designated website. For further inquiries, contractors can contact Casey Pratt at casey.p.pratt.civ@army.mil or by phone at 918-420-7407.

    Point(s) of Contact
    Files
    Title
    Posted
    This document is a solicitation for fire alarm pull stations issued by the Army Contracting Command, referencing solicitation number W519TC25Q2177. It outlines the acquisition of 17 explosion-proof manual pull stations, specifically the Cooper Wheelock MPS model or equivalents, to be delivered to the McAlester Army Ammunition Plant by April 14, 2025. Key requirements include strict adherence to technical specifications and compliance with various government clauses and regulations, including those related to contract terms, representations, and performance. The offer submission deadline is set for 10:00 AM on March 18, 2025. The document emphasizes the importance of meeting salient characteristics for proposed items and lays out inspection and acceptance procedures upon delivery. Furthermore, it stipulates payment processing through the Wide Area Workflow system and underscores the necessity for contractors to provide accurate legal and compliance documentation. This RFP illustrates the government's intent to procure essential equipment while ensuring adherence to regulations and standards relevant to contracting processes, particularly focused on small businesses and compliance with federal procurement laws.
    This document is an amendment to a solicitation, specifically W519TC25Q2177, issued by the Army Contracting Command in Rock Island, Illinois. The primary purpose of this amendment is to cancel the respective solicitation, as noted in section 14. Although this cancellation occurs, all previous terms and conditions, unless explicitly stated otherwise, remain effective. The document outlines the procedures contractors must follow to acknowledge receipt of this amendment, including submitting responses via various means to ensure compliance before the specified deadline. The amendment reflects administrative changes pertinent to managing the cancellation process. Overall, this notice serves to inform stakeholders about the cancellation of the solicitation while maintaining standard procedural protocols.
    Lifecycle
    Title
    Type
    Pull Station Fire Alarm
    Currently viewing
    Combined Synopsis/Solicitation
    Similar Opportunities
    Notifiers
    State, Department Of
    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.
    Repair Fire Alarm | Wilkes-Barre VAMC
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking contractors to perform repair services on the fire alarm system at the Wilkes-Barre Veterans Affairs Medical Center (VAMC) in Pennsylvania. This procurement is aimed at ensuring the functionality and safety of fire control equipment, which is critical for maintaining a secure environment for veterans and staff. The opportunity is part of a limited sources justification process, and interested parties can reach out to Nicholas Guzenski at nicholas.guzenski@va.gov or by phone at 570-824-3521 x24886 for further details. The notice is posted in compliance with FAR 5.301(a)(2)(i), and additional information can be found in the attached Limited Sources Justification document.
    ALARM-MONITOR GROUP
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting bids for the procurement of the ALARM-MONITOR GROUP, which involves the manufacturing of specialized alarm, signal, and security detection systems. The contract aims to fulfill the requirements for the production and quality assurance of these systems, with an emphasis on compliance with specific military standards and documentation. These systems are critical for ensuring operational readiness and safety within naval operations. Interested contractors should note that the solicitation includes an option for increased quantity and requires government source inspection, with all inquiries directed to Logan Mann at LOGAN.W.MANN.CIV@US.NAVY.MIL or by phone at 717-605-1381. The procurement process is expected to follow standard federal contracting timelines, and interested parties should prepare to submit their proposals accordingly.
    Inspection, Test and Maintenance of Fire Alarm Systems at Commander, Fleet Activities Chinhae, South Korea
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for the inspection, testing, and maintenance of fire alarm systems at Commander, Fleet Activities Chinhae, South Korea. This procurement aims to ensure the operational readiness and safety of fire alarm systems, which are critical for emergency response and protection of personnel and property. Interested contractors should refer to the attached Request for Quotation (RFQ) and additional documents for detailed requirements. For inquiries, potential bidders can contact Jaeyoun Lee at jaeyoun.lee2.civ@army.mil or by phone at 315-763-5691, or reach out to Hong Jungho at jungho.hong.civ@army.mil or 053-763-5699.
    B491 Fire Alarm Repair
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals from qualified small businesses for the repair of fire alarm systems at Facility B491, Offutt Air Force Base in Nebraska. The contractor will be responsible for providing all necessary equipment and labor to repair and rebuild the Simplex 4100ES Fire Alarm Control Panel, ensuring network communication with Facility B492 for fire pump activation. This project is critical for maintaining safety and compliance with fire control standards, and the total estimated award amount is $25 million. Interested parties must submit their proposals by January 5, 2026, and are encouraged to attend a site visit on December 16, 2025, with questions due by December 19, 2025. For further inquiries, contact SrA Jason Arizmendi at jason.arizmendi@us.af.mil or Lt Ryan Brewster at ryan.brewster.3@us.af.mil.
    SPE4A626R0115, 6350-013478013, Alarm, Smoke, Automat, Part# SAS-04399-03
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking proposals for the procurement of smoke alarms, specifically the Alarm, Smoke, Automat, Part SAS-04399-03, under solicitation number SPE4A626R0115. This opportunity involves a Long Term Agreement with an estimated annual quantity of 1,424 units and a minimum quantity requirement of 745 units, emphasizing the importance of these alarms in maintaining safety and security standards. Proposals must be submitted electronically to Francis Rettzo at Francis.Rettzo@dla.mil, with the solicitation expected to be issued around January 8, 2026, and closing on or about February 7, 2026. Interested parties should ensure they are registered in the System for Award Management (SAM) and be prepared to provide additional documentation if their offer exceeds specified thresholds.
    1377-01-454-7651; SS66; Cartridge, Fire Extinguisher
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support MECH, is soliciting bids for the procurement of the CCU-121/A Fire Extinguisher Cartridge (NSN 1377-01-454-7651). This competitive solicitation requires compliance with strict technical specifications, including the submission of first article test samples, production lot test samples, and adherence to quality control measures as outlined in MIL-DTL-82946 (OS) and related standards. The cartridges are critical safety items used in various military applications, necessitating rigorous inspection and acceptance processes at both the contractor's facility and the delivery destination. Interested vendors should contact Taytiana Quiero at taytiana.e.quiero.civ@us.navy.mil or by phone at 771-229-0433 for further details, as the solicitation emphasizes the importance of safety and compliance in handling explosive materials.
    Switchgear Transformer Maintenance Service
    Dept Of Defense
    The Department of Defense, through the U.S. Army Contracting Command – Rock Island, is soliciting quotes for Switchgear Transformer Maintenance Service at the McAlester Ammunition Plant in Oklahoma. This procurement involves the inspection, maintenance, testing, and servicing of switchgear transformer equipment in accordance with ANSI standards, with a contract duration of 12 months. The services are critical for ensuring the reliability and safety of electrical distribution systems at the facility. Interested small businesses must submit their quotes electronically by December 22, 2025, at 12:00 PM CDT, to Andrea Jones at andrea.jones36.civ@army.mil, including required attachments and pricing details.
    Fire Extinguisher Assembly & Valve
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Contracting Command – Detroit Arsenal, is preparing to solicit a Firm Fixed Price contract for the assembly and valves of fire extinguishers. This procurement involves a sole source contract with KIDDIE Technologies Inc for a total of 715 fire extinguisher assemblies and 3,720 fire extinguisher valves, which are critical components for military applications. The solicitation, identified as W912CH-25-R-0230, is expected to be released within two to four weeks, and interested contractors must be registered in the System for Award Management (SAM) to participate. For further inquiries, contractors can reach out to Contract Specialist Angelo Wilson at angelo.b.wilson.civ@army.mil.
    Sources Sought For Fire Alarm Radio Transmitter
    Dept Of Defense
    The Department of Defense, specifically the Naval Facilities Engineering Systems Command, Pacific (NAVFAC Pacific), is conducting a market survey to identify potential suppliers for fire alarm radio transmitters that meet or exceed the performance and approval requirements of the Kingfisher Company, Inc. S T A R Software Defined Radio Transmitter. The procurement involves four fire alarm radio transmitters for various substations on Naval Base Guam, which must be compatible with existing equipment and adhere to specific regulatory standards. This initiative is crucial for enhancing safety measures within military installations, and interested firms are invited to submit detailed technical data by December 18, 2025, at 2:00 p.m. H.S.T. Submissions should be directed to Ms. Josie Damo-Agcaoili via email, and late submissions will not be considered.