Fire Station Alerting System
ID: FA462025QA921Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA4620 92 CONS LGCFAIRCHILD AFB, WA, 99011-5320, USA

NAICS

Security Systems Services (except Locksmiths) (561621)

PSC

INSTALLATION OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS (N063)

Set Aside

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

    The Department of Defense, specifically the Department of the Air Force, is seeking small businesses to provide a Fire Station Alerting System at Fairchild Air Force Base in North Lakewood, Washington. The project involves the design, delivery, installation, and training for a modern alerting system to replace outdated infrastructure at two fire stations, ensuring compliance with operational requirements and enhancing emergency response capabilities. This procurement is crucial for maintaining operational readiness and effective communication within the fire services, with a firm-fixed-price contract anticipated. Interested vendors must submit their quotes by March 6, 2025, and can contact Brandon Teague at brandon.teague.1@us.af.mil or 509-247-3488 for further information.

    Files
    Title
    Posted
    The 92d Contracting Squadron has issued RFQ FA462025QA921 for the design, delivery, installation, and training of a Fire Station Alerting System, exclusively for small businesses under NAICS code 561621. The solicitation follows FAR guidelines and does not require a written solicitation; interested vendors must submit quotes referencing this RFQ. The contractor is responsible for materials, supervision, and labor within the specified performance period. The Government requires registration in the System for Award Management (SAM) for eligibility. Key conditions include a site visit scheduled for February 4, 2025, and responses to the RFQ due by February 20, 2025. Offerors must comply with outlined instructions, including providing technical descriptions and warranty terms. The evaluation criteria prioritize price, with a firm-fixed-price contract anticipated. The document ensures adherence to various federal regulations related to telecommunications, environmental standards, and contractor certifications. This RFQ represents an opportunity for small businesses in the security systems sector to engage in government contracting, emphasizing compliance and thorough proposals to ensure successful bids.
    The file documents the site visit related to Request for Quote (RFQ) FA462025QA921 for a Fire Station Alerting System. The visit, led by 2nd LT Brandon Teague, provided an overview of the project requirements and the evaluation criteria for submitted quotes, emphasizing price consideration and compliance with the Statement of Work (SOW). During the visit, contractors toured two fire stations, guided by Fire Chief Rudy, to observe existing equipment and potential locations for the new central system, as specified in the SOW floor plans. Contractors were instructed to submit any questions in writing, with responses to be provided via amendments post-visit. The site visit concluded at 3:21 PM. This document reflects the structured approach and clarity needed in government RFP processes, ensuring all stakeholders understand the project requirements and communicate effectively.
    The document pertains to Amendment 01 of Solicitation FA462025QA921, issued by the 92nd Contracting Squadron at Fairchild Air Force Base, detailing changes to a service contract related to a fire station alerting system. The amendment answers vendor inquiries, clarifies project specifications, and extends the proposal submission deadline from February 20 to February 27, 2025. Key changes include confirming that the Crash Phone operates as a Plain Old Telephone Service (POTS), clarifying staffing requirements, and stipulating that no bid or performance bonds are necessary. The amendment also outlines equipment specifications for the alert system, highlighting that substitutions are acceptable if they meet requirements. Notably, it emphasizes the importance of coordinating work hours and stipulates that the project does not require cybersecurity reviews, as the system will operate independently from the government network. This document reflects the Air Force's efforts to ensure clarity in the provisions while facilitating vendor responses, ensuring alignment with project goals while following federal procurement regulations.
    The file details an amendment to a solicitation regarding contract FA462025QA921, issued by the 92nd Contracting Squadron at Fairchild Air Force Base. This amendment, numbered 0002 and effective from February 24, 2025, extends the proposal submission deadline from February 27, 2025, at 1:00 PM PT to March 6, 2025, at 1:00 PM PT. All other terms and conditions of the original solicitation remain unchanged. Contractors must acknowledge receipt of this amendment to ensure their proposals are considered, and options for acknowledgment are provided, including returning copies of the amendment or noting it on submitted offers. The document is signed by 2nd Lt Brandon Teague, serving as the contracting officer, thereby indicating official approval of the changes. The primary purpose of this amendment is to allow more time for offers in response to this procurement opportunity within the federal government framework.
    Fairchild Air Force Base Fire and Emergency Services requires an updated fire station alerting system to replace aging infrastructure at two fire stations. The contractor must provide all necessary equipment, installation, personnel, and training to deliver a fully functional alerting system that complies with specific operational requirements. Key deliverables include installation of public address and control systems, various speaker types, and mobile device applications that ensure reliable communication throughout the facilities. The contractor is also responsible for validating system performance, removing old equipment, and providing extensive training for staff. Project execution must align with security protocols and operational hours, and all work must be completed within 300 days post-contract award. This project underscores the commitment to enhancing emergency response capabilities and maintaining operational readiness for personnel at Fairchild AFB.
    The Statement of Work (SOW) outlines the requirements for the replacement of the fire station alerting system at Fairchild Air Force Base, WA. The existing systems are reaching the end of their operational life, necessitating the upgrade for two fire stations located on the base. The contractor is responsible for the design, installation, and validation of the new alerting system, which includes various equipment such as public address systems, interior and exterior speakers, control units, and LED lighting. Key requirements include the removal of old equipment, training for personnel, and a warranty for system components. The project must be completed within 300 days of contract award, while adhering to the specified operational hours. Security measures are in place to ensure that all contractor personnel pass background checks before accessing the installation. Government provisioned support includes site access and power supply. The comprehensive plan includes detailed specifications for equipment, with directives for enhancement of operational efficiency and response capabilities tailored for emergency situations. This project reflects the government's commitment to upgrading critical safety infrastructure at military installations.
    The document FA462025QA921 pertains to a Request for Quotation (RFQ) concerning the Fire Station Alerting System. It includes multiple references to Attachments detailing the Wage Determination, which outlines compensation standards for labor associated with the project. The primary focus of this document is to solicit bids from contractors for the development and installation of an efficient fire station alerting system, aiming to enhance emergency response capabilities. It underscores the importance of complying with federal wage determinations, ensuring that personnel involved in this project are compensated in accordance with established labor regulations. The emphasis on adherence to wage standards reflects a broader commitment to fairness and compliance within government contracts. Overall, the document serves as a formal invite for contractors to submit proposals while highlighting the legal and financial frameworks guiding the project execution.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    FY25 Fire Department Propane
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the procurement of propane services for the Fairchild Air Force Base Fire Department for Fiscal Year 2025. The contract requires the delivery of approximately 11,363.6 gallons of commercial-grade propane on an as-needed basis, with a firm-fixed-price structure, emphasizing compliance with federal regulations and the necessity for timely service delivery. This procurement is crucial for supporting the training operations of the Fire Department, ensuring they have the necessary resources for effective firefighting capabilities. Interested small businesses must submit their quotes by March 7, 2025, and can direct inquiries to A1C Valerie Lawrence at valerie.lawrence@us.af.mil or 509-247-8138, with a total contract value capped at $20,000.
    Repair Fire Detection System Bldg. 1850
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the repair of the Fire Detection System in Building 1850 at Westover Air Reserve Base in Chicopee, Massachusetts. The project involves a complete overhaul of the existing fire alarm system, including the integration of a new Mass Notification System (MNS) to ensure compliance with fire safety regulations. This initiative is critical for maintaining safety standards in federal facilities and is set aside exclusively for small businesses, with an estimated contract value between $100,000 and $250,000. Interested contractors must submit sealed bids by April 1, 2025, following a site visit on March 11, 2025, and are encouraged to contact Douglas P. Fortin at douglas.fortin.1@us.af.mil or Ewa Gosselin at ewa.gosselin@us.af.mil for further information.
    Fire Station Floors
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting bids for flooring installation at Buckley Space Force Base, focusing on the Fire Station and Main Apparatus Bay. The project entails the installation of a double-broadcast quartz flooring system in the Fire Station and a decorative flake floor coating in the Main Apparatus Bay, designed to meet commercial-grade standards for safety and functionality in high-traffic areas. This procurement is crucial for maintaining robust emergency service facilities, ensuring durability and slip-resistance in environments that endure heavy use. Interested contractors, particularly those qualifying as small businesses under the SBA guidelines, should note that the total award amount is $19,000,000, with proposals due by March 18, 2025. For inquiries, contact Anthony Graffeo at anthony.graffeo.1@us.af.mil or 720-847-6524.
    B3323 Fire Riser
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the "B3323 Fire Riser" project at Goodfellow Air Force Base in Texas. This procurement involves the removal and replacement of a pre-action fire riser valve and associated piping, with a total project value under $25,000 and a completion timeline of 60 days from the start date, which is expected to be within 10 calendar days of contract award. The project is critical for maintaining fire safety infrastructure, ensuring compliance with safety and operational standards in government facilities. Interested contractors, particularly those classified as Service-Disabled Veteran-Owned Small Businesses (SDVOSB), must submit their proposals by the specified deadlines and can direct inquiries to Ryan Ramjit at ryan.ramjit.2@us.af.mil or SrA Gonzalo Loaiza at gonzalo.loaizaalzate@us.af.mil for further information.
    Giant Voice Upgrade
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for the "Giant Voice Upgrade" project, which involves upgrading the emergency communication system at Pittsburgh ARS, Pennsylvania. The project aims to replace the existing degraded copper wiring with a new radio frequency (RF) system to enhance the delivery of emergency alerts across the base, requiring contractors to engineer, design, install, and test the new RF equipment while ensuring compliance with safety standards. This initiative is crucial for improving public safety communication capabilities at military installations and is reserved exclusively for small businesses, with a contract duration of 180 days from the award date. Interested vendors must submit their quotes by March 24, 2025, and can reach out to Maurice Kirkland at maurice.kirkland.3@us.af.mil or Paul Davisson at paul.davisson@us.af.mil for further information.
    Repair Fire Detection System Bldg. 1850
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors to repair the fire detection system at Building 1850 located in Chicopee, Massachusetts. This procurement is aimed at ensuring the safety and operational readiness of the facility by upgrading and maintaining its fire detection capabilities. The work falls under the NAICS code 238210, which pertains to electrical contractors and other wiring installation contractors, and is classified under the PSC code Z2JZ for repair or alteration of miscellaneous buildings. Interested small businesses are encouraged to reach out to the primary contact, Douglas P. Fortin, at douglas.fortin.1@us.af.mil or by phone at 413-557-2513, or the secondary contact, Ewa Gosselin, at ewa.gosselin@us.af.mil or 413-557-2828, for further details regarding this total small business set-aside opportunity.
    NSWCPD -Bldg. 29 - Design Build Fire Alarm Repairs (Mass Notification System)
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center Philadelphia Division (NSWCPD), is soliciting proposals for the design and construction of a Fire Alarm and Mass Notification System (FA&MNS) repair at Building 29 in Philadelphia, Pennsylvania. This project is set aside for small businesses and has an estimated contract value between $500,000 and $1,000,000, with proposals due by April 3, 2025. The procurement emphasizes the importance of safety and compliance in government facilities, requiring contractors to demonstrate relevant experience, provide bonding, and adhere to stringent submission guidelines, including a valid NIST SP 800-171 assessment for cybersecurity. Interested contractors can reach out to primary contact Rishi Mathur at rishi.m.mathur.civ@us.navy.mil or secondary contact David Rhoads at david.a.rhoads8.civ@us.navy.mil for further information.
    SOUND SYSTEM FOR 2025 TINKER AIR SHOW
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking a contractor to provide a comprehensive sound system for the 2025 Tinker Air Show, scheduled from June 27 to June 29, 2025, at Tinker Air Force Base in Oklahoma. The contractor will be responsible for delivering high-quality audio coverage for an expected crowd of over 200,000 attendees, ensuring operational setup by June 27 at 1300 hours, and adhering to safety and logistical guidelines while coordinating with existing military systems. This procurement is a total small business set-aside, emphasizing the importance of small business participation in federal contracting, with a firm fixed-price contract structure and a proposal deadline of March 7, 2025. Interested parties should contact Javon Tharps at javon.tharps@us.af.mil or Donald Wallar at donald.wallar@us.af.mil for further details.
    Notice of Intent for Use of Brand Name - Monaco Fire Systems
    Buyer not available
    The Department of Defense, specifically the Department of the Army through the W071 Endist Seattle office, has issued a Special Notice regarding the intent to procure brand name Monaco Fire Systems. This procurement is focused on acquiring specialized fire protection systems that are critical for ensuring safety and compliance at Malmstrom Air Force Base in Montana. The goods sought are essential for maintaining operational readiness and safeguarding personnel and equipment from fire hazards. Interested vendors can reach out to Shawna West at shawna.m.west2@usace.army.mil or Michael Saldana at michael.e.saldana@usace.army.mil for further information regarding this opportunity.
    CSS 96484 - Install Fire Alarm System
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for the installation of a fire alarm system under contract number CSS 96484. This procurement aims to enhance safety measures by implementing a reliable fire alarm system, which is crucial for maintaining operational readiness and protecting personnel and assets. The contract is set aside for small businesses, in accordance with FAR 19.5, and falls under the NAICS code 561621 for Security Systems Services (except Locksmiths). Interested vendors can reach out to Ryan Nicklous at ryan.p.nicklous.civ@army.mil or by phone at 609-562-5014, or contact Sharon Wilson-Emmons at sharon.wilson-emmons.civ@army.mil or 609-562-6405 for further details.