Fire Alarm Workstation
ID: PANNGB24P000004837Type: Special Notice
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW7N4 USPFO ACTIVITY VTANG 158SOUTH BURLINGTON, VT, 05403-5867, USA

NAICS

Other Communications Equipment Manufacturing (334290)

PSC

FIRE CONTROL SYSTEMS, COMPLETE (1230)
Timeline
    Description

    The Department of Defense, specifically the Vermont Air National Guard (VTANG), intends to award a Sole Source, Firm Fixed Price (FFP) contract for the procurement of an incident management system (IMS) workstation, including hardware, software, and necessary programming. The objective is to transition existing fire alarm points from the current system to a new one, with the only qualified vendor identified as Johnson Controls Fire Protections, LP, due to the proprietary nature of the required technology and the need for certified service technicians. This procurement is critical for maintaining fire safety systems across the base, and interested parties may submit questions via email to Kathleen O'Neill or Kristen Lucey within five days of the notice, although no competitive quotations are anticipated.

    Files
    No associated files provided.
    Lifecycle
    Title
    Type
    Fire Alarm Workstation
    Currently viewing
    Special Notice
    Similar Opportunities
    Notice of Intent to Sole Source - Fire Training Simulation Maintenance
    Active
    Agriculture, Department Of
    The Department of Agriculture, specifically the Forest Service, intends to award a sole source contract for the maintenance and service of the flame front simulator system to WRG Fire Training Simulation Systems Inc. This procurement is necessary to ensure continued support for a system originally designed and built by WRG for the forestry at Vandenburg Air Force Base, as they are the only reasonable source capable of providing the required services. Interested parties are invited to demonstrate their capability to fulfill this requirement by September 13, 2024, at 14:00 EST, with any responses being evaluated solely for the purpose of determining whether a competitive procurement is warranted. For further inquiries, interested parties may contact Jordan Carlsen at jordan.carlsen@usda.gov or by phone at 463-212-3000.
    Notice of Intent to Sole Source - Advantor IDS/ACS Install
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, intends to award a sole source contract to Advantor Systems for the installation of an Intrusion Detection System (IDS) and Access Control System (ACS) at the 153rd Airlift Wing in Cheyenne, Wyoming. The project aims to address security deficiencies in the existing infrastructure by enhancing protection for classified information, requiring the contractor to provide all necessary equipment, personnel, and materials to ensure effective communication with ASN servers. Interested parties must submit their rationale for consideration by September 17, 2024, at 10:00 PM MDT to MSgt Chris Davalos at christopher.davalos.1@us.af.mil, as the government retains discretion over the procurement process.
    Notice of Intent for Sole-source Action: EMR Curriculum Materials
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is planning to negotiate a sole-source contract for the procurement of Emergency Medical Responder and Emergency Care and Transport curriculum materials. The government requires 300 units of the "Emergency Medical Responder 7th Edition Premier - Fisdap Bundle" and 457 units of the "Emergency Care and Transport 12th Edition Premier with Fisdap Bundle," which are essential for training emergency medical responders. The sole-source provider identified for these materials is Jones & Bartlett Learning, located in Burlington, Massachusetts, as they are the only known commercial entity capable of fulfilling this requirement. Interested parties may submit capability statements or quotations for consideration, with responses due by the specified deadline, and the anticipated award date is on or before September 30, 2024. For inquiries, contact David Woodford at david.woodford.2@us.af.mil.
    H312--UTC EDWARDS FIRE SPRINKLERS INSPECTIONS Intent to Sole Source
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs intends to award a sole-source firm-fixed-price contract for UTC Edwards Fire Sprinklers Inspections at the San Diego VA Medical Center. This procurement aims to ensure comprehensive inspection and maintenance of the fire sprinkler system, which is critical for hospital safety and compliance. The selected contractor, ADT Commercial, has the necessary expertise and certification to perform the required upgrades efficiently, minimizing downtime and prioritizing the safety of patients and staff. Interested vendors must submit their capability statements by September 19, 2024, referencing solicitation number 36C26224Q1868, and can direct inquiries to Charity Cazee at charity.cazee@va.gov.
    J012--VA-24-00043406 - WIRELESS MESH NETWORK MONITORING SYSTEM- LV (New Requirement)
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for a federal contract to implement a Siemens Wireless InterMesh Fire Alarm Monitoring System at the Dwight D. Eisenhower VA Medical Center in Leavenworth, Kansas. This procurement aims to replace the existing unreliable fiber optic fire alarm network with a robust wireless system, ensuring enhanced safety for the facility that serves over 1,000 employees and 20,000 Veterans. The contract is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), with a proposal deadline of September 16, 2024, and an estimated award date of September 20, 2024. Interested parties should direct inquiries to Contract Specialist Kevin Andujar at kevin.andujar@va.gov or call 848-377-5264.
    Sole Source OEM Honeywell First Responder - Firefighting Boots
    Active
    Dept Of Defense
    The Department of Defense, through the NAVSUP Fleet Logistics Center Puget Sound, is seeking to procure OEM Honeywell First Responder firefighting boots under a sole-source contract. This firm fixed-price supply contract is intended to support the Military Sealift Command and requires vendors to meet specific Department of Defense regulations regarding marking and packaging, ensuring cohesive delivery of all listed items. The procurement is critical for maintaining safety and operational readiness in firefighting efforts. Interested vendors must submit their offers by 12:00 PM PDT on September 17, 2024, and can direct inquiries to Walid Aslan at walid.m.aslan.civ@us.navy.mil or Joseph Ibrahim at joseph.m.ibrahim.civ@us.navy.mil.
    New England CERFP Collective Training Event, Colchester, VT
    Active
    Dept Of Defense
    The Department of Defense, through the Army National Guard, is soliciting quotes for the New England CERFP Collective Training Event scheduled to take place in Colchester, Vermont, from November 18 to November 22, 2024. This procurement aims to secure training support services under the NAICS code 611519, focusing on emergency response and disaster planning, and is exclusively set aside for small businesses. Interested vendors must be registered in the System for Award Management (SAM) and are required to submit their quotes in three volumes, including technical, past performance, and pricing information, by the specified deadlines. For further inquiries, potential quoters can contact Darlene Howes at darlene.r.howes.civ@army.mil or Daniel Bibeau at daniel.s.bibeau.mil@army.mil, with questions due by September 24, 2024.
    Vehicle Fire Suppression Vehicles - De-Ice Trucks
    Active
    Dept Of Defense
    The Department of Defense, specifically the Minnesota Air National Guard, is soliciting quotes for the procurement of fire suppression systems for de-icing vehicles under RFQ W50S7E-24-Q-0028. The project aims to replace non-compliant ANSUL systems in two de-icing trucks with new systems that adhere to NFPA 1901 standards, featuring capabilities such as wet agent tanks, multi-zone detection, and a compact design that minimizes passenger space usage. This procurement is crucial for ensuring operational safety and efficiency during winter operations, with a firm-fixed price contract contingent on the availability of funds. Interested small businesses must submit their quotes electronically by September 20, 2024, and can direct inquiries to Lt Col Ann Feist at ann.feist.1@us.af.mil or by phone at 612-713-2626.
    VT National Guard AMWS Food Service
    Active
    Dept Of Defense
    The Department of Defense, specifically the Army National Guard, is seeking a qualified contractor to provide full food service support for courses at the Vermont National Guard Army Mountain Warfare School. The procurement requires the contractor to deliver meals (breakfast, lunch, and dinner) along with light cleaning services from October to December 2024, with specific performance periods outlined for various Contract Line Item Numbers (CLINs). This opportunity is set aside for small businesses, emphasizing compliance with food safety regulations and operational standards, and aims to foster competition among vendors. Proposals are due by 10:00 AM EST on September 24, 2024, and interested parties should contact Kimberly Swasey or Kathleen O'Neill via email for further details.
    7 LRS Bldg 7004 Vindicator
    Active
    Dept Of Defense
    The Department of Defense, specifically the 7th Logistics Readiness Squadron at Dyess Air Force Base, Texas, is seeking a contractor to install a Honeywell Vindicator Intrusion Detection System in Building 7004, Room 136. The procurement includes the installation of the system, necessary cabling and conduit, training for personnel, and subsequent testing to ensure operational effectiveness. This system is crucial for maintaining security standards at the base, as it is the approved alarm system for the Air Force, necessitating certified installation and training. Interested vendors must submit their quotes via email by September 20, 2024, with the contract evaluation focusing on brand-name compliance and overall value, while ensuring adherence to small business participation requirements. For further inquiries, contact Madison Duarte at madison.duarte.1@us.af.mil or call 325-696-2215.