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
    J063--Intent to Sole Source Additional Fire Alarm Sprinkler Installation, Repair, and Maintenance at VA Illiana Health Care System, Danville, IL
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) intends to negotiate a sole source contract with Johnson Controls Fire Protection LP for additional fire alarm sprinkler installation, repair, and maintenance services at the VA Illiana Health Care System in Danville, IL. This procurement is conducted under the authority of 41 U.S.C. 1901, utilizing simplified acquisition procedures, indicating that only one responsible source can meet the agency's requirements. The contract will be a firm fixed-price agreement for a one-time purchase, emphasizing compliance with VA standards for critical safety systems. Interested firms must submit capability statements by email to Justin Lemke at Justin.Lemke@va.gov by 8:00 AM CST on September 20, 2024, to demonstrate their qualifications, although this notice does not constitute a request for competitive quotes.
    Intent to Sole Source - Advantor Duress System Services
    Active
    Dept Of Defense
    The Department of Defense, specifically the 99th Contracting Squadron at Nellis Air Force Base (AFB) in Nevada, intends to award a sole source contract to Advantor Systems Corp. for the procurement and installation of a Duress Intrusion Detection System (IDS). This contract will include the purchase of four wireless duress remotes, one receiver, and one IDS panel, with the decision to select Advantor as the sole source based on their unique capabilities and proprietary rights, ensuring compatibility with existing security systems. The procurement is critical for maintaining the integrity and reliability of security operations at Nellis AFB, as Advantor is the only certified provider that meets the specialized requirements outlined by the Air Force Security Forces Center. Interested parties must submit capability statements, including technical data and cost information, by September 23, 2024, at 10:00 AM Pacific Time, to Lisa Hallberg at lisa.hallberg.1@us.af.mil.
    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 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.
    Lightning System Maintenance
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, intends to award a sole source contract for the maintenance of the Thor Guard Lightning Prediction and Warning System (TG360) at Fort Walker, Virginia. The contractor will be responsible for providing on-demand repairs, routine preventive maintenance, and periodic updates to the system's software, firmware, and operating systems to ensure its optimal functionality and reliability. This system is critical for predicting and warning against lightning strikes, thereby enhancing safety protocols at the installation. Interested parties may express their capabilities within seven days of this notice, with all inquiries directed to Rebecca Langham or Deidra Hicks via their provided email addresses. The contract will be awarded as a firm fixed price, with the NAICS code 811210 and a size standard of $34 million.
    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.
    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.
    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.
    Notice Of Intent To Award For Sole Source Vacuum Maintenance Services
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, intends to award a sole source contract for vacuum maintenance services to Dustcontrol Inc. at Joint Base Elmendorf-Richardson, Alaska. The contract involves the installation of a new main control panel and components for a centralized vacuum system, which is critical for mitigating hazardous sanding dust, and includes the provision of specific solenoids and remote panels, with completion expected by October 2024. This procurement is essential for maintaining the functionality of a facility-wide dust control system, ensuring safety and operational efficiency. Interested parties who believe they can meet the requirements are encouraged to submit their capabilities in writing to the primary contacts, William Gentry and Beau Burton, by the specified response date, as no competitive quotes will be accepted.
    NOTICE OF INTENT TO AWARD SOLE SOURCE - Airfield Lighting Control System Maintenance
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, intends to award a sole source contract for the maintenance of the Airfield Lighting Control System at Joint Base Andrews in Maryland. This procurement, authorized under 10 U.S.C. 3204(a)(5), aims to ensure the inspection and preventative maintenance of the airfield lighting system, which is critical for safe airport operations. The contract will be awarded to ADB Safegate, based in Columbus, Ohio, and interested parties are invited to submit their capability statements within five days of this notice. For further inquiries, interested vendors can contact Mara Scally at mara.scally@us.af.mil or Zachary Finley at zachery.finley.3@us.af.mil.