Remove, Furnish and Install Fire Alarm B335
ID: FA446024Q0287Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA4460 19 CONS PKALITTLE ROCK AFB, AR, 72099-4971, USA

NAICS

Security Systems Services (except Locksmiths) (561621)

PSC

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

    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the removal, furnishing, and installation of a new fire alarm system at Building 335 on Little Rock Air Force Base in Arkansas. The contractor will be responsible for providing all necessary personnel, tools, materials, and services to complete the installation in compliance with federal, state, and local regulations, with a completion timeline of 180 days from the award date. This project is critical for ensuring the safety and security of the facility, as it involves the installation of a Monaco fire alarm system, which is essential for effective fire detection and notification. Interested contractors must submit their proposals by September 24, 2024, and are encouraged to attend a site visit scheduled for September 19, 2024, at 09:00 AM CDT. For further inquiries, potential bidders can contact A1C Caleb Munyi at caleb.munyi.ke@us.af.mil or by phone at 501-987-8113.

    Files
    Title
    Posted
    This document comprises guidelines for evaluating offers under a government solicitation focused on fire detection systems. The evaluation process prioritizes factors such as price and technical specifications. Offers are initially ranked by price, with a total evaluated price calculated from specified Contract Line Items. The technical aspect assesses the acceptability of the fire detection system description, categorized as “Acceptable” or “Unacceptable.” An unacceptable rating can disqualify a proposal from further evaluation. If the lowest-priced offer is deemed technically acceptable, it will receive an award; otherwise, the process continues with the next lowest offer until a suitable candidate is identified. Communication with offerors regarding issues during evaluation is at the government's discretion. A successful proposal results in a binding contract upon official notification of award. The document serves as a clear framework for conducting evaluations, ensuring transparency and accountability in government contracting.
    The Department of the Air Force's Commander’s Environmental Policy outlines Little Rock Air Force Base's (AFB) commitment to environmentally responsible operations while safeguarding human health and natural resources. The policy emphasizes continuous improvement within the Environmental Management System (EMS) across all base activities, focusing on pollution prevention and legal compliance. The policy is made accessible to all personnel and the public, although there are currently no expressed environmental concerns. Training resources for EMS awareness are provided, and this policy supersedes previous versions. It is the responsibility of all personnel, including military, civilians, and contractors, to comply with the commitments outlined. Additionally, the Unified Facilities Guide Specifications (UFGS) section on Interior Fire Alarm Systems covers technical requirements for fire alarm control systems, including system operation, design specifications, and submittal processes. It emphasizes safety protocols, regulatory adherence, and the qualifications necessary for engineers and technicians involved in fire alarm system installation and maintenance.
    Safety & Environmental Investigations, Inc. (SEI) conducted a Limited Asbestos Inspection Report for Building 335 at Little Rock Air Force Base, Arkansas, commissioned by HGL Construction, Inc. The inspection, performed by Mr. Joshua Roberson on November 29, 2018, involved sampling and analysis of the building's ceilings and HVAC system to determine the presence of asbestos-containing materials (ACM) as per EPA and state regulations. The inspection revealed no asbestos detected in any samples collected from various materials, including ceiling tiles and acoustic spray ceilings. Thus, renovations can proceed without concern for ACM. The report outlines the sampling process, analytical methods, and the significance of identifying suspect materials. Emphasis is placed on the necessity to file a Notice of Intent with the Arkansas Department of Environmental Quality for any demolition or removal of regulated materials. The report includes limitations, indicating that it only pertains to sampled areas and does not account for unidentified materials. The findings underscore SEI’s commitment to safety and regulatory compliance in pre-renovation assessments, guiding future work in Building 335.
    The document outlines a Single Source Justification for the installation of a Monaco fire alarm operating matrix and mass notification system at Building 335, Little Rock Air Force Base, Arkansas. It clarifies that only manufacturer-specific components are suitable due to Federal Management (FM) and Underwriters Laboratories (UL) listings. As such, the original manufacturer, Monaco, is the only provider able to meet the requirements due to compatibility with existing hardware and software. While market research identified several small business resellers of Monaco equipment, the proposal is classified as a brand name solicitation under FAR regulations. The contracting officer asserts that only a single source is reasonably available, emphasizing the intent to explore future competition for potential equipment that can interface with the current system. The document serves as a formal justification for this procurement process, ensuring adherence to government procurement standards while aiming to enhance safety systems on the base.
    The document is a combined synopsis/solicitation for the removal, furnishing, and installation of a fire alarm system at Building 335 (B335) on Little Rock Air Force Base, Arkansas. The solicitation number is FA446024Q0287, and responses are requested by September 24, 2024. It follows the guidelines laid out in FAR and DFARS provisions, ensuring compliance with current federal acquisition regulations. Contractors are required to provide labor, tools, materials, and equipment necessary for the project, adhering to the Performance Work Statement (PWS). A pricing schedule and details regarding the period of performance are included as attachments. Key details include submission deadlines for questions and proposals, and the requirement for site inspection prior to bidding, underlining the importance of understanding local conditions. The Point of Contact (POC) for this solicitation is A1C Caleb Munyi, who can be reached at the provided email and phone number. The solicitation emphasizes statutory compliance, vendor certifications, and potential warranties. This solicitation represents a government initiative to procure commercial services efficiently, integrating transparency and competitive bidding processes. It highlights the need for contractors to be SAM registered and encourages thorough engagement with all project requirements and site conditions.
    The document outlines solicitation number FA446024Q0268, which incorporates various Clauses by Reference relevant to federal contracts. Key clauses include requirements pertaining to compliance with regulations regarding compensation for former DoD officials, whistleblower rights, protection against using specific telecommunications equipment from controlled nations, and item unique identification. The specifications emphasize the importance of proper identification, transportation, and electronic submission of payment requests and receiving reports via the Wide Area Workflow (WAWF) system. A significant focus is placed on the contractor’s responsibility to report data related to unique item identifiers and to ensure compliance with environmentally and socially responsible sourcing practices. The document highlights the federal government’s efforts to enforce standards that restrict business operations with certain regimes, including those in Venezuela and the Xinjiang Uyghur Autonomous Region, alongside compliance with transparency requirements for small business classifications and representations. Overall, the purpose serves to inform potential contractors of the necessary regulations and practices required for federal contracting while promoting accountability and ethical business operations.
    The Performance Work Statement (PWS) outlines requirements for replacing the fire alarm system in Building 335 at Little Rock Air Force Base (AFB), AR. The contractor must provide qualified personnel, materials, and equipment to install a new Monaco fire alarm system compliant with all relevant regulations, completing the work within 180 days of contract award. Key obligations include conducting pre-installation inspections, coordinating with government representatives for access, and ensuring all waste disposal adheres to environmental regulations. The installation involves designing a complete fire alarm system, including wiring, devices, and monitoring equipment, with an emphasis on using materials exclusively from Monaco. Safety protocols and testing procedures are mandatory, and contractors must ensure all new equipment is operational before decommissioning existing systems. The contract stipulates strict adherence to regulatory guidelines and requires a 1-year warranty on materials and labor post-acceptance. Overall, the document emphasizes compliance, safety, and quality installation for effective fire alarm system operation.
    The document is a Wage Determination under the Service Contract Act from the U.S. Department of Labor, outlining minimum wage rates and fringe benefits for various occupations in selected Arkansas counties. It establishes wage requirements based on Executive Orders 14026 and 13658, specifying rates of at least $17.20 per hour for contracts executed after January 30, 2022, or $12.90 for those awarded between 2015 and January 29, 2022, unless higher rates are specified in the wage determination. The document details various occupations under administrative, automotive, health, and technical categories, each with designated hourly wage rates and notes on applicability for specific job titles. It also addresses additional worker benefits, such as health and welfare, vacations, and holidays. The document reinforces compliance with wage standards for federal contracts and outlines procedures for requesting classifications and wage rates for unlisted occupations, emphasizing the protection of labor rights within government contracts. Overall, this wage determination serves to ensure fair compensation in federally contracted service jobs while promoting workforce standards across Arkansas.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    Fire Alarm Maintenance
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors for fire alarm maintenance services at Offutt Air Force Base in Nebraska. The procurement involves troubleshooting and repairing fire alarm panel faults, replacing a control panel display screen, and procuring fire alarm equipment, with all services to be performed in accordance with the Performance Work Statement (PWS). This initiative is crucial for maintaining the operational integrity and safety of fire alarm systems within military facilities. Interested parties must submit their price quotations and technical approaches by September 26, 2024, and should direct any questions to Morgan Hockaday at morgan.hockaday@us.af.mil or Jacob Saunders at jacob.saunders.3@us.af.mil.
    PSFB Fire Alarm System (FARS) Upgrade
    Active
    Dept Of Defense
    The Department of Defense, through the 21st Contracting Squadron at Peterson Space Force Base, is soliciting quotes for the upgrade of the Fire Alarm System (FARS) across multiple buildings on the base. This project involves the replacement and enhancement of network switches and Uninterrupted Power Supply (UPS) systems, ensuring compliance with safety and environmental regulations while utilizing energy-efficient products. The upgrade is critical for maintaining operational readiness and safety standards at the facility, with a project completion timeline of 180 calendar days. Interested vendors must submit their quotes by September 25, 2024, and can contact SrA Langley Davis at langley.davis@spaceforce.mil or Amanda Davidson at amanda.davidson.5@spaceforce.mil for further information.
    Fire Alarm System Upgrade
    Active
    Treasury, Department Of The
    The Department of the Treasury, through the Bureau of the Fiscal Service, is seeking qualified vendors to provide an upgrade to the fire alarm system at the Armed Forces Retirement Home (AFRH) in Gulfport, Mississippi. The procurement aims to enhance the existing fire alarm control system, allowing for control from two locations, establishing a backup control point, and ensuring compliance with NFPA national fire code standards. This upgrade is critical for maintaining safety measures within the facility, which serves retired military personnel. Interested vendors must submit their written responses by 10:00 a.m. ET on September 26, 2024, including company details and evidence of capability to meet the requirements, to purchasing@fiscal.treasury.gov.
    RFO MAIN BUILDING FIRE ALARM SYSTEM
    Active
    Interior, Department Of The
    The Bureau of Land Management (BLM) is seeking proposals for the replacement of the outdated fire alarm system at its Rawlins Field Office in Wyoming. The project aims to install a modern, addressable fire alarm system that complies with current safety regulations and technological standards, as the existing system is no longer serviceable due to obsolete components. This procurement is critical for ensuring the safety and security of the facility, aligning with federal safety codes and standards, including those outlined by the National Fire Protection Association (NFPA). Interested contractors must submit their proposals by September 23, 2024, with the performance period set from September 30, 2024, to January 31, 2025. For inquiries, contact Antoinette Nelson at amnelson@blm.gov or call 307-775-6043.
    Remove and Replace Boiler Bldg. 1231
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals from small businesses for the removal and replacement of an HVAC boiler at Building 1231, Little Rock Air Force Base, Arkansas. The contractor is required to furnish, remove, and install a 2-MBTU/H boiler, ensuring compliance with all federal, state, and local regulations, and complete the work within 45 days of material arrival. This project is critical for maintaining operational efficiency and safety at the military installation, reflecting the importance of timely facility upgrades. Interested contractors must submit their quotes by 4:00 PM (CDT) on September 25, 2024, and are encouraged to attend a site visit scheduled for September 16, 2024, with prior RSVP to the designated contacts, Owen Sinning and Dimas Bernacchia, via email.
    Fire Alarm/Fire Life Safety Systems Replacement - MCI ATCT (Kansas City, MO.)
    Active
    Transportation, Department Of
    The Federal Aviation Administration (FAA) is seeking contractors for the replacement of fire alarm and fire life safety systems at the MCI Air Traffic Control Tower in Kansas City, Missouri. This project aims to enhance safety and compliance with relevant safety codes, including OSHA and NFPA regulations, and is estimated to fall within a construction budget of $500,000 to $1,000,000. The awarded contractor will be responsible for implementing new fire detection systems, modifying existing fire suppression mechanisms, and ensuring thorough documentation and certification of all installed systems. Interested parties must submit their offers by September 18, 2024, following a mandatory site visit on September 4, 2024, with pre-registration required by August 30, 2024. For further inquiries, contact Mark Salum at mark.salum@faa.gov or call 206-231-3016.
    317 AW Vindicator Alarm System for Bldg. 6015
    Active
    Dept Of Defense
    The Department of Defense, through the 7th Contracting Squadron at Dyess Air Force Base, is seeking qualified contractors to install a Vindicator Alarm System in Building 6015. The project involves the removal of the existing alarm system and the installation of a new Vindicator system, which is crucial for securing sensitive areas that contain classified documents and materials. This procurement is part of a broader effort to enhance security infrastructure within military facilities, ensuring compliance with Air Force regulations and maintaining operational integrity. Interested vendors must submit their quotes by September 25, 2024, at noon (CST), and can direct inquiries to Jerime W. Gorse at jerime.gorse@us.af.mil or Tyrie Tanaka at tyrie.tanaka@us.af.mil.
    Security Alarms & Installation
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the installation of a Door Alarm Monitoring System (DAMS) at Fort Eustis, Virginia, under solicitation FA480024Q0041. The contractor will be responsible for planning, procuring, and installing the security alarm systems in multiple buildings, ensuring compliance with all applicable construction codes and federal regulations. This initiative aims to enhance the security infrastructure of military facilities, providing a safe environment for personnel during training. Interested small businesses must submit their quotes by September 20, 2024, at 11:00 AM EST, and can direct inquiries to Senior Airman Naomi Rants at naomi.rants@us.af.mil, with a total contract value of up to $25 million.
    Replacement of fire alarm initiating devices and wires
    Active
    Dept Of Defense
    Presolicitation DEPT OF DEFENSE DEFENSE LOGISTICS AGENCY is seeking a contractor to replace fire alarm initiating devices and wires in Building 100, DLA Distribution San Joaquin CA (DDJC), Tracy Site, Tracy CA 95304. The contractor will replace existing Apollo-Series software protocol devices with new Velociti-Series addressable devices, replace conventional initiating circuit copper wiring with new addressable communication cables, replace fire sprinkler flow & tamper switches monitor modules with new Velociti-series addressable devices, replace manual pull stations with new Velociti-series addressable stations, replace smoke, duct & heat detection devices with new Velociti-series addressable devices, provide all device circuit terminations, final connections, testing, labeling, submittals, as-built drawings, test reports, guarantees, closeouts, and programming of all devices. The work must be completed within 120 calendar days from receipt of the Notice to Proceed (NTP). The acquisition is set-aside 100% for Small Business concerns. The NAICS Code for this procurement is 238210. The small business size standard is $15,000,000. The magnitude of this construction effort is between $250,000.00 and $500,000.00. The tentative timeframe for issuance of Invitation for Bid (IFB) SP3300-16-B-0009 is on or around July 30, 2016. Prospective offerors must be registered in the System for Award Management (SAM) Database at http://www.sam.gov.
    ILWW - Fire System Upgrade
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, is seeking qualified contractors for the modernization of fire alarm and monitoring systems at the Illinois Waterway Project Office in Peoria, Illinois. The project involves removing existing components and installing a new addressable fire alarm system that complies with local fire department regulations, ensuring a turn-key solution upon completion. This procurement is crucial for enhancing safety protocols and compliance with federal regulations regarding fire detection systems in government facilities. Interested small businesses must acknowledge receipt of the solicitation amendments and submit their proposals by the specified deadlines, with primary contacts being Kate Behrens and Nicholas Moore, reachable via their respective emails.