DPW Fire Detection and Suppression
ID: W91QF024Q4008Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW6QM MICC-CARLISLE BARRACKSCARLISLE BARRACKS, PA, 17013-5072, USA

NAICS

Security Systems Services (except Locksmiths) (561621)

PSC

OTHER QC/TEST/INSPECT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS (H963)

Set Aside

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

    The Department of Defense, specifically the Department of the Army, is seeking qualified contractors to perform Inspection, Testing, and Maintenance (ITM) on fire detection and suppression systems at Carlisle Barracks and the U.S. Army Heritage and Education Center in Pennsylvania. The procurement aims to ensure compliance with National Fire Protection Association (NFPA) and Unified Facilities Criteria (UFC) standards, thereby safeguarding building occupants and government assets. This contract, which is a Total Small Business Set-Aside, has an estimated total value of $286,500 over a base year and four option years, with quotes due by September 27, 2024, at 3:00 PM EST. Interested parties should direct inquiries to Lori Swade at lori.a.swade.civ@army.mil or Bethany L. Flynn at bethany.l.flynn.civ@army.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    This government document outlines a multi-year contract for the maintenance of fire safety systems, detailing costs and service requirements across various option years. The total estimated budget for the entire contract spans $286,500, starting with a base year cost of $49,500, followed by incremental increases for option years one through four. Key services include monthly, semi-annual, annual, and biannual inspections and repairs for fire pumps, nitrogen generation systems, and various sprinkler systems. Each contract line item includes the description, quantity, and pricing associated with distinct tasks, such as emergency repairs and system upgrades. The document reflects the commitment to safety and compliance with emergency service protocols under Title 41 of U.S.C. This structured proposal serves to secure funding and outline expectations for maintaining critical fire safety infrastructure at government facilities, ensuring adherence to regulations and effective resource allocation.
    The document outlines a Performance Work Statement (PWS) for a contract focused on the maintenance, repair, and inspection of fire detection and suppression systems at Carlisle Barracks and the Army Heritage Education Center in Pennsylvania. The contractor is responsible for providing all necessary certification, labor, equipment, materials, and supervision to perform Inspection, Testing, and Maintenance (ITM) services in line with the Unified Facilities Criteria (UFC) and National Fire Protection Association (NFPA) standards. Key objectives include ensuring safety for building occupants, maintaining compliance with relevant codes, and performing both scheduled and unscheduled maintenance tasks. The document details specific tasks, including inspection frequencies for various fire protection systems and emergency service requirements. It emphasizes quality control plans, safety compliance, and necessary training for contractor personnel. Additionally, it outlines requirements for personnel identification, security access, and proper reporting of incidents and impairments. The PWS includes timelines for deliverables, as well as guidelines on compliance with environmental and safety regulations, underscoring the importance of thorough documentation and transparent communication throughout the contract duration. This initiative reflects the government’s commitment to maintaining safe and compliant facilities through rigorous oversight and quality assurance.
    The document outlines a comprehensive pricing worksheet related to a federal contract for maintenance services on fire safety systems spanning several years. The contract includes a base year, followed by four option years, with a total estimated cost of $286,500. The services cover a variety of fire protection and nitrogen generation systems, with tasks performed monthly, semi-annually, and annually across multiple units. Additionally, provisions for emergency repairs and upgrades are included, specifying costs not to exceed $42,500 for normal hours and $7,000 for after-hours work, with invoicing requirements following emergency tasks. This structured approach ensures systematic maintenance and compliance with safety regulations in managing critical fire protection infrastructure, reflecting the government's commitment to safety and public welfare through meticulous oversight of service contracts.
    The Performance Work Statement (PWS) outlines the requirements for a non-personal service contract concerning the inspection, testing, maintenance, and repair of fire detection and suppression systems at Carlisle Barracks and the Army Heritage Education Center in Pennsylvania. The primary goal is to safeguard building occupants and government assets while ensuring compliance with National Fire Protection Association (NFPA) and Unified Facilities Criteria (UFC) standards. Key tasks include executing prescribed ITM tasks, maintaining a comprehensive record of services, and handling emergency repairs as needed. Quality assurance will be evaluated via a Quality Assurance Surveillance Plan (QASP) ensuring 100% compliance. Contractors must adhere to strict operating hours and security protocols and will be required to submit various deliverables, such as inspection reports and a prevention plan, within specified timelines. The contract also mandates participation in safety training, and contractors bear responsibility for compliance with OSHA and relevant environmental regulations. By aligning with these detailed requirements and standards, the document emphasizes the importance of fire safety and regulatory adherence in military facilities, reflecting typical government RFP practices.
    The document pertains to maintenance and inspection protocols for various fire suppression systems across multiple buildings associated with a government facility. It outlines the process for reporting deficiencies discovered during inspections, indicating that an official communication (A) COR will be required along with an approved quote for repairs before any work is done. The text details specific maintenance tasks, such as valve adjustments, lubrication, battery replacements, and gauge changes, and explicitly states what items fall under maintenance versus repairs. A breakdown of numerous buildings and their respective fire suppression equipment, including nozzle counts and fusible links, is provided. Furthermore, it clarifies that external fire hydrants are not included in the contract and highlights the need for supporting documentation, including inspection reports and device counts, which will be supplied to the contractor selected for the project. Overall, the document emphasizes the importance of compliance and thorough inspection to maintain fire safety standards within government facilities as part of the broader scope of federal RFPs and contract management.
    The document outlines the tasks and expectations for potential contractors involved in monthly and semi-annual inspections of various fire suppression systems across several buildings managed by the government. It explains a structured Continuation Line Item Number (CLIN) system designed to simplify invoicing for contractors, allowing them to submit invoices upon completion of inspections without waiting for year-end totals. Specific maintenance tasks are defined, including adjustments, lubrication, repairs, and component replacement. The document lists fire suppression systems at eight different buildings, detailing the type and quantity of equipment, such as wet chemical extinguishers and fusible links. Clarifications regarding the scope of work are provided, including the inclusion of post indicator valves and the expectation for supporting documentation like recent inspection reports, device counts, and schematic drawings, which will be available to the winning contractor. Additionally, the size of the inspected buildings and counts of detection devices are emphasized as necessary data points for contractors. This structured approach is essential for compliance with safety standards and efficient government procurement processes in managing fire protection services across facilities.
    The document outlines a Request for Quote (RFQ) for a firm-fixed price contract to fulfill tasks specified in the attached Performance Work Statement (PWS). It requires vendors to electronically submit their offers by the stipulated deadline, with detailed guidance on inquiries and proposal submission processes. Offerors must attend a scheduled site visit, as failure to do so may impact their quote. Proposals are divided into three volumes: Volume 1 includes required certifications and acknowledgments; Volume 2 focuses on technical approaches and past performance examples, requiring evidence of similar services completed in the past three years; and Volume 3 consists of the pricing quote, emphasizing that all line items must be included. The evaluation will follow a Low Price Technically Acceptable (LPTA) approach based on three factors: Technical understanding of the PWS, Past Performance records, and Price analysis for reasonableness and completeness. This RFQ aims to ensure that the selected contractor can effectively meet the government's requirements while promoting transparency and compliance with federal procurement standards.
    This document outlines the inventory of various fire safety and detection systems installed across multiple government buildings. Key items include the quantity of heat detectors, smoke detectors, beam detectors, photo beam detectors, pull stations, duct detectors, tamper switches, and water flow indicators. Each building is listed alongside counts of these devices, indicating a comprehensive assessment of fire safety measures in place. The data reveals that larger buildings, such as Building 651 and Building 46, have a significantly higher number of detection and alert systems compared to smaller structures, emphasizing a tailored approach to fire safety based on building usage and size. The presence of VESDA (Very Early Smoke Detection Apparatus) in specific installations further highlights advanced safety protocols. Overall, this document serves as a vital reference for federal and local RFPs regarding maintenance, upgrading, or compliance needs of fire detection and prevention systems, ensuring government facilities meet essential safety standards and protocols amid regulatory requirements. It underscores the importance of maintaining effective fire safety systems within federal infrastructures.
    The document outlines the requirements and plans for upgrading the fire alarm and mass notification systems at the Grandstand Gym, USAG Carlisle Barracks. It specifies that design and calculations must be submitted by a registered fire protection engineer and installation performed by licensed contractors. The project must adhere to various codes, including the International Building Code and NFPA standards. Key tasks include removing existing fire alarm devices, ensuring the new system integrates with existing infrastructures, such as the Giant Voice system for mass notifications. New equipment must be properly labeled, installed, and tested according to guidelines to ensure compliance with safety regulations. The contractor is responsible for coordination, necessary equipment, and the scheduling of work to minimize disruptions, especially within occupied buildings. Additional tasks involve verifying employee access procedures, proper handling of hazardous materials, and adhering to specifications for electrical systems. The document serves as a comprehensive guide for contractors bidding on the project, ensuring all aspects of the new fire alarm and mass notification system meet federal, state, and local requirements while prioritizing safety and efficiency.
    The document presents the design and specifications for the fire alarm and mass notification system upgrade at Reynolds Theater, USAG Carlisle Barracks. It includes detailed drawings and equipment requirements prepared by Berkshire Systems Group, Inc. The plans outline various components such as fire alarm control panels, smoke detectors, alarm devices, and manual pull stations, emphasizing the installation standards and compliance with the appropriate National Fire Protection Association (NFPA) codes. The document details device layouts across multiple levels of the theater and includes specific measurements for ceiling heights and equipment placement, reinforcing the need for effective emergency communication. Additionally, it notes revisions and updates throughout the planning process, ensuring thorough documentation and adherence to safety regulations. Key elements include the importance of accessible manual pull stations, adequate sound levels for alarms, visual notification measures, and specific installation protocols for various sensors and alarms. The comprehensive nature of the plans reflects a commitment to enhancing safety through advanced fire alarm technologies, ultimately ensuring a rapid response in emergencies. The overarching purpose is to facilitate a safe environment through compliant fire protection systems while providing clear guidelines for installation and operation.
    The document details plans for upgrading the Fire Alarm and Mass Notification System at Upton Hall, located within USAG Carlisle Barracks. Key features of the upgrade include the installation and wiring of various fire alarm devices, such as smoke detectors, alarm panels, and notification appliances, which adhere to NFPA 72 standards and local regulations. The document outlines specific requirements for installation height, spatial arrangement, and audible/visual notification standards. It includes a comprehensive listing of fire alarm system components, detailing their functions and specifications. The project emphasizes efficient design for effective emergency response while ensuring compliance with safety protocols. Overall, this upgrade reflects the federal commitment to enhancing safety infrastructure in military facilities, aligning with broader goals for government modernization and risk management.
    The USAG Carlisle Barracks is initiating a significant upgrade to the fire alarm and mass notification systems at the Letort View Community Center. This project will adhere to installation guidelines set by the U.S. Army Corps of Engineers and the National Fire Protection Association (NFPA) standards. Key installation details include the proper configuration of devices such as smoke detectors, manual pull stations, strobe lights, and notification appliances, ensuring they are strategically placed for optimal accessibility and effectiveness. Electrical installation will comply with NFPA 70, focusing on neat, reliable wiring and significant attention to grounding and circuit configurations to prevent line loss. Specific guidelines outline the height and placement of manual pull stations and detection devices to ensure operational efficiency in emergencies. The use of visual and audible notification appliances is critical, with standards set for sound levels to ensure alertness, particularly in high ambient noise areas. The document serves as a comprehensive guide for contractors and engineers involved in the project, emphasizing conformity to safety protocols and enhancing fire safety capabilities within the facility. Overall, the upgrade reflects a commitment to improving emergency response measures and ensuring the safety of the facility's occupants.
    The U.S. Army Corps of Engineers, Baltimore District, has issued a Request for Proposal (RFP) for the Fire Alarm and Mass Notification System Upgrade at the Carlisle Barracks Network Building 322. The project involves designing, installing, and upgrading the fire alarm and mass notification systems in compliance with various building codes and standards, including the International Building Code and NFPA standards. The contractor must be a certified fire alarm contractor and submit designs approved by a registered fire protection engineer. The work includes replacing existing equipment, ensuring compliance with all applicable regulations, and testing the systems after installation. Specific requirements include the use of existing communications transmissions, new control panels, and addressing possible hazardous materials during the demolition phase. Detailed plans, schedules, and testing protocols must be coordinated with local authorities before the commencement of construction, ensuring minimal disruption to building operations while enhancing safety features. This initiative highlights the Army Corps' commitment to maintaining a safe and compliant infrastructure within its facilities.
    The document details a Request for Proposal (RFP) issued by the U.S. Army Corps of Engineers for the upgrade of fire alarm and mass notification systems at the U.S. Army Garrison Carlisle Barracks. The project involves replacing existing fire alarm systems across various buildings, ensuring compliance with applicable building codes and National Fire Protection Association standards. The contractor must have a certified fire alarm contractor license and employ a registered fire protection engineer for system design and calculations. Key elements include the demolition of existing systems, installation of new equipment, testing procedures, and adherence to safety protocols, including the integration with existing systems. Specific building sites are identified, along with requirements for equipment installation, grounding, and connection to a centralized fire alarm receiving station. Overall, this project demonstrates a commitment to improving safety standards, ensuring efficient emergency communication, and maintaining compliance with federal regulations, stressing the importance of studies in fire alarm infrastructure as part of broader safety initiatives within governmental facilities. It is essential that all contractors comply fully with outlined standards and specifications.
    The document outlines the specifications and guidelines for upgrading the fire alarm and mass notification system at USAG Carlisle Barracks Post Chapel. It emphasizes adherence to applicable codes such as NFPA standards and outlines installation procedures for various components, including manual pull stations, smoke detectors, and notification appliances. Key installation guidelines specify mounting heights, spacing distances, and circuit configurations to ensure compliance with safety regulations. The document also details the requirements for electrical installations, emphasizing the need for neat and organized wiring, proper grounding, and access for maintenance. Drawings and diagrams included in the document provide a visual representation of device layouts and mounting details. This project illustrates the military's commitment to improving facility safety through modern fire protection systems while meeting federal and local regulations governing such upgrades.
    The document outlines specifications for fire alarm and mass notification systems at the USAG Carlisle Barracks Child Day Care Center. It includes details for installing gas valve shutoffs, manual pull stations, smoke and heat detectors, and various modules for fire alarm integration. Key components such as junction boxes, wiring requirements, and programming instructions are specified to ensure compliance with safety standards. The installation guidelines call for Class B wiring setups and emphasize the necessity of programming devices prior to installation to guarantee proper functionality. The layout also denotes mounting requirements and candela ratings for visual alerts, contributing to a comprehensive end-user safety solution. Overall, the document serves as a technical reference for contractors involved in upgrading the fire alarm systems, ensuring they meet federal and state regulations for child safety in the facility.
    The document outlines the fire protection and life safety features of a facility, specifically focusing on the design criteria established by various codes and standards, including the Unified Facilities Criteria (UFC), National Fire Protection Association (NFPA) standards, and the International Building Code (IBC). It details the specifications for automatic fire sprinkler systems, fire alarm and mass notification systems, and fire protection water supply, emphasizing compliance with applicable safety regulations. Key components include the installation of a wet pipe sprinkler system across different occupancy classifications, ensuring adequate sprinkler density and distribution, as well as the integration of a comprehensive fire alarm system capable of mass notification. Additionally, means of egress, structural requirements, fire barriers, and emergency lighting provisions are addressed to enhance safety. The document serves as a guide for constructors to adhere to vigilant safety measures during construction and operation, underscoring the government's commitment to ensuring safety standards in public facilities. It exemplifies the meticulous planning required for fire protection and life safety systems in new constructions and renovations, relevant to federal and state/local procurement activities.
    The document outlines the fire protection plan for a barracks facility as prepared by the US Army Corps of Engineers, Baltimore District. It specifies compliance with various codes, including the 1997 UBC and NFPA standards, to ensure safety and suitability for mixed-use occupancy. The plan details the building's construction type (Type II-N), which will be three stories high, fully equipped with sprinklers. It highlights the allowable floor area, egress requirements, and fire-rated separations within the structure. Key features include a minimum of two exits from each floor, fire-rated assemblies for guest suites, and non-combustible materials for interior partitions within suites. The plan ensures that the structure is compliant with the Americans with Disabilities Act and other safety standards to guarantee secure living conditions for military residents. Overall, this document serves as a crucial guideline for ensuring that the barracks meet all necessary fire safety and construction regulations, demonstrating the government's commitment to the safety of military personnel.
    The document outlines the revised as-built drawings for the communications and fire alarm systems at the Barracks Complex in Carlisle Barracks, managed by the US Army Corps of Engineers, Baltimore District. It includes detailed floor plans for the first, second, and third floors, specifying the installation requirements for cable TV, telephone, and fire alarm systems. Key specifications include the use of RG-6 cable for cable TV and Category 5-rated cables for telephone outlets, all to be installed in 27mm conduits adhering to EIA/TIA standards. Additionally, the fire alarm system must comply with NFPA codes, utilizing a four-wire loop capable of operation during faults. Precise instructions on smoke detector placement and wiring ensure safety compliance. The document serves as guidance for contractors on the installation of these vital systems, emphasizing the importance of adhering to technical standards and safety regulations in federal infrastructure projects. This reflects the government's commitment to efficient and secure operations within military facilities.
    The document outlines specifications for a fire protection system, focusing on an alarm check valve assembly and various components essential for proper fire safety operation. Key features include an electrically operated water flow alarm bell, sprinkler water flow indicator switch, valve supervisory switches, and guidelines for pipe fittings and joints. The assembly specifications ensure compliance with NFPA standards, detailing material requirements such as brass, cast iron, or stainless steel for components. Important instructions on installation, tampering resistance, and pressure ratings are included, alongside requirements for spare parts and identification signage for operational components. Overall, the document emphasizes the necessity for stringent standards in fire protection installations, ensuring safety and adherence to regulatory frameworks. It specifies the need for suitable materials and mechanisms to mitigate false alarms, maintain operational integrity, and provide emergency access for fire department connections. Moreover, it highlights the importance of mechanical and plumbing considerations to prevent system failure, focusing on long-term functionality and reliability.
    The document outlines specifications for installing a fire protection system at Building #47, Carlisle Barracks, under a government RFP. Key elements include guidelines for sprinkler piping placement, requiring installation either in attics or below insulation, and compliance with National Fire Protection Association (NFPA) standards. The plan specifies the arrangement and types of sprinkler heads, ensuring adequate coverage based on building design. Additionally, it emphasizes the need for temperature control to prevent freezing in wet pipe systems and outlines responsibilities for maintaining system functionality. Importantly, it also describes the necessary underground infrastructure, including new hydrants and piping, ensuring thorough coordination among various contractors involved. This document serves as a critical technical reference for executing fire protection projects, necessitating compliance with safety regulations and efficient inter-trade collaboration. Overall, it reflects the commitment to enhancing safety and adhering to compliance standards in federal construction projects.
    The document outlines the design and specifications for a fire protection system at the Army War College, building #47, Carlisle Barracks, PA. It includes hydraulic calculations to ensure the system meets safety requirements under the NFPA-13 codes. Key parameters reported include the static pressure of 53 psi, available pressure exceeding requirements with a safety margin of 13%, and flow rates verified during testing. The system is designed for a light hazard occupancy and incorporates various types of sprinkler heads to achieve adequate coverage, including quick-response options, with a calculated maximum density. The layout details multiple areas serviced by sprinklers, structural conditions affecting design, and specific pipe sizing to prevent freezing. The overall strategy emphasizes compliance with fire safety regulations while addressing the unique needs of the facility. The recent revision notes adjustments to calculations and pipe sizes, ensuring the proposed system aligns with standards. This fire protection plan demonstrates careful planning and adherence to safety codes prioritizing operational efficiency and risk prevention in the facility's designated spaces.
    The U.S. Army Corps of Engineers Baltimore District aims to upgrade the fire alarm and mass notification systems at Carlisle Barracks, specifically in Collins Hall (Building 650). This project requires the contractor to design and install compliant systems, led by qualified fire protection engineers. Key tasks involve demolishing existing systems, installing new fire alarm control panels, and ensuring that the upgrades meet international codes and NFPA standards. The upgrade includes provisions for better audibility and intelligibility of alerts, integration with existing systems, and proper installation of all components. The document outlines detailed specifications for materials, labor, and safety protocols, including the need for testing and coordination with authorities. Environmental considerations, such as asbestos handling during demolition, are also addressed. This initiative reflects a commitment to enhancing safety and operational efficiency in military facilities while complying with regulatory standards. The comprehensive nature of the documentation indicates a structured approach to managing risks and ensuring seamless execution of the upgrade project.
    The document outlines specifications for a new intelligent addressable fire alarm and mass notification system to be installed at the U.S. Army War College in Carlisle Barracks. The design and installation must comply with various national standards, including NFPA codes and military regulations. Key elements include integration with existing systems, separate installations for fire reporting and mass notification, and the use of UL or FM listed materials. Requirements specify the addition of various detection and notification devices, including smoke detectors, alarms, and manual pull stations, with careful coordination among contractors to ensure functionality and warranty compatibility. The document emphasizes that all work must be completed professionally and in compliance with all applicable codes and regulations, including provisions for testing and system integrity. Additionally, the contractor must consider all potential needs and costs not explicitly covered in the bid documents. Overall, this project demonstrates the Army's commitment to enhancing safety protocols within its facilities.
    The document outlines the installation guidelines for upgrading the fire alarm and mass notification systems at the USAG Carlisle Barracks Post Exchange. The guidelines emphasize adherence to manufacturer recommendations, relevant National Fire Protection Association (NFPA) standards, and the National Electric Code. Key installation requirements include proper device placement for manual pull stations, smoke detectors, and notification appliances to ensure functionality and accessibility. Manual pull stations are required to be easily accessible within 200 feet horizontally on the same floor, while smoke detectors must be installed following environmental considerations specific to temperature, humidity, and air flow. The document also specifies wiring installation procedures that enhance safety and functionality, including guidelines to prevent damaged cables and ensure proper grounding. Moreover, the document serves as a quality assurance tool, ensuring that organizations are compliant with necessary regulations and standards during the installation process. This aligns with federal and state guidelines for construction and safety projects, confirming the U.S. Army Corps of Engineers' commitment to maintaining high safety standards in government facilities.
    The document outlines the architectural and engineering plans for the construction of the Carlisle Barracks Golf Clubhouse, managed by the Army IMCOM G9. It encompasses comprehensive building code analyses, safety plans, accessibility details, and utility plans necessary for the project's execution. The main objective is to demolish the existing clubhouse and construct a new facility to meet updated utility requirements and safety standards. Key components include adherence to the Unified Facilities Criteria and National Fire Protection Association guidelines, ensuring compliance with various building codes for life safety, accessibility, structural integrity, and energy efficiency. The plans also specify detailed fire protection measures, plumbing, and electrical systems, along with environmental protection protocols. The overall focus is on providing a well-designed, compliant, and sustainable clubhouse, aligning with federal regulations and community standards, thus enhancing recreational offerings for military personnel and their families. This document is significant in the context of government RFPs and grants, representing a systematic approach to project management in a military setting.
    The Carlisle Barracks Installation Access Control Application is a form required for individuals seeking temporary access to the installation. It outlines the necessary personal information, including name, Social Security Number, driver's license details, date of birth, and home address of the applicant. The purpose of this form is to facilitate a criminal background check through the National Crime Information Center (NCIC) and Army Law Enforcement Reporting and Tracking System (ALERTS) to ensure security clearance. The application requests a reason for the visit and requires a government sponsor's information and signature or specifies a 30-day access without such sponsorship. The document emphasizes that access depends on successful background checks and highlights the legal obligations regarding the handling and destruction of sensitive data post-use. The Privacy Act of 1974 underpins its authority and data usage policies. Overall, this form serves as a security measure to maintain the integrity of the Carlisle Barracks while managing authorized access effectively.
    The document is a pricing worksheet for a federal Request for Proposal (RFP) detailing various tasks related to fire detection, sprinkler systems, and maintenance services over multiple option years (base year through four option years and a 6-month extension). It outlines specific Contract Line Item Numbers (CLINs) and the estimated quantities for tasks, such as annual inspections, semi-annual maintenance, and emergency repairs for fire safety systems. Each task is categorized by its frequency (annual, semi-annual, monthly) and the type of systems involved, including fire detection, wet and dry pipe sprinklers, backflow prevention devices, and nitrogen generation systems. The document provides information about costs associated with repairs, distinguishing between normal working hours and after-hours emergency services, along with non-fixed total estimates (NTE) for labor and parts. The overall objective is to ensure continuous and reliable operation of fire safety systems in compliance with federal standards. The structure allows for easy identification of maintenance requirements across specific periods, emphasizing the government's commitment to safety and compliance in facility management.
    The government document outlines a comprehensive inventory of various building safety systems across multiple facilities. It includes detailed entries for numerous buildings, identifying the number of installed heat detectors, smoke detectors, photoelectric sensors, beam detectors, pull stations, duct detectors, tamper switches, and water flow sensors. Each building listed showcases a distinct combination of these safety features, highlighting the commitment to fire safety and emergency preparedness within these structures. The data suggests a focused effort to ensure compliance with national safety standards and improve overall ecosystem safety. As part of governmental RFPs and grants, this inventory serves as a foundational assessment from which further safety enhancements can be planned and funded, indicating the prioritization of public safety within federal, state, and local initiatives.
    The Performance Work Statement (PWS) outlines the non-personal service contract for the maintenance, repair, and inspection of fire detection and suppression systems at Carlisle Barracks and the Army Heritage Education Center in Pennsylvania. The contractor is tasked with providing all necessary certification, labor, and equipment to perform Inspection, Testing, and Maintenance (ITM) as per established safety standards, including the Unified Facilities Criteria (UFC) and the National Fire Protection Association (NFPA) codes. Key objectives include ensuring compliance with fire safety standards, maintaining the systems, and conducting regular inspections. Contractors must respond to emergency service requests within two hours and maintain documentation for all maintenance activities. The PWS emphasizes the importance of safety and the training requirements for contractor personnel, including anti-terrorism and operations security training. Delivery of specific reports, schedules, and qualifications is mandated at various points throughout the contract. The government retains ownership of all produced materials and requires strict non-disclosure compliance. Overall, this document underscores the government’s commitment to maintaining safety standards within its facilities while outlining the responsibilities of the contractor in detail.
    The document addresses questions and answers related to a solicitation from the Department of Public Works (DPW) concerning building safety systems. Key inquiries pertain to the size and specifics of the buildings listed, including the quantity of heat and smoke detectors, as well as audible and visual notification devices that require testing. The government responds that further details will be dispatched shortly. Additionally, inquiries about supporting documents for systems outlined in the Performance Work Statement (PWS) are raised, specifically regarding inspection reports and device counts. While recent inspection reports will be shared with the contract winner, specifics about device counts remain pending. The document confirms that 22 drawings relevant to the solicitation have been uploaded. Overall, the purpose of this file is to clarify the details of the solicitation while emphasizing the need for comprehensive information to facilitate the bidding process.
    The document addresses questions and answers related to a solicitation from the Department of Public Works (DPW) concerning building safety systems. Key inquiries pertain to the size and specifics of the buildings listed, including the quantity of heat and smoke detectors, as well as audible and visual notification devices that require testing. The government responds that further details will be dispatched shortly. Additionally, inquiries about supporting documents for systems outlined in the Performance Work Statement (PWS) are raised, specifically regarding inspection reports and device counts. While recent inspection reports will be shared with the contract winner, specifics about device counts remain pending. The document confirms that 22 drawings relevant to the solicitation have been uploaded. Overall, the purpose of this file is to clarify the details of the solicitation while emphasizing the need for comprehensive information to facilitate the bidding process.
    The document addresses protocols for reporting deficiencies found during UFC inspections, specifically regarding maintenance and repairs. When deficiencies are identified, they should be reported, followed by a quote for corrective actions, which must be approved before any repairs are undertaken. Maintenance activities are outlined to include standard practices such as adjusting and lubricating valve mechanisms, ensuring drainage systems for fire pumps are clear, replacing batteries in fire alarm panels, and other essential upkeep tasks. Repairs extend to any needed replacements of piping or devices. The clarity in these processes is crucial for ensuring operational efficiency and compliance with government standards in the context of federal and local RFPs and grants. Overall, the document emphasizes the importance of systematic maintenance and prompt communication regarding needed repairs to facilitate funding and ensure safety in facilities managed under governmental directives.
    The MICC-Carlisle Barracks site visit instructions detail the protocols for attending a pre-arranged tour at the U.S. Army War College. Attendance is limited to two representatives per company, and participants must pre-register to gain access. Individuals without federal identification are required to request a visitor pass through a specific process, which includes a criminal history check. Attendees must secure all electronic devices upon entering the electronically secured building. The document emphasizes the importance of adhering to behavioral expectations, as failure to do so could result in removal from the site and potential future access restrictions. Additionally, visitors are reminded to send only the registration form to the contracting office and not any personally identifiable information to safeguard privacy. These guidelines ensure the safety and orderliness of the site visit, reflecting standard procedures relevant to government-requested events.
    The document outlines fire alarm and suppression contract requirements for various buildings at Carlisle Barracks, detailing square footage and functional classifications. The data specifies multiple buildings (each identified by unique building numbers), their designated functions such as USAG (U.S. Army Garrison), MWR (Morale, Welfare, and Recreation), AHEC (Army Heritage and Educational Center), and AWC (Army War College), along with corresponding square footage for each. The information emphasizes buildings of varying sizes, with the largest noted as 201,000 square feet for an AWC facility, and outlines specific maintenance needs, including daily cleaning protocols. The primary purpose of this document is to organize and present essential facility information as part of preparing for fire safety upgrades, aligning with government RFP (Request for Proposals) processes that govern federal grants and local project requirements. This structured inventory serves as a basis for potential contractors to assess project scope and develop actionable proposals that adhere to safety regulations.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    Flightline Fire Extinguisher
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking qualified contractors to provide Flightline Fire Extinguisher Inspection and Maintenance Services for the California National Guard. The contract encompasses the inspection and maintenance of 87 Buckeye K-350 RG Portable Wheeled Fire Extinguishers across multiple airfields in California, including Mather Airfield, Stockton, Fresno, Camp Roberts, Camp San Luis Obispo, and Los Alamitos, ensuring compliance with NFPA-10 standards and federal regulations. This initiative is crucial for maintaining safety standards at military airfields, with a performance period extending from September 30, 2024, through September 2029. Interested small businesses must submit their proposals by September 16, 2024, and can direct inquiries to Kaipo Kim at kaipo.h.kim.civ@army.mil or by phone at 808-861-9563.
    Fire Suppression System
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified small businesses to provide fire suppression services at Malmstrom Air Force Base (MAFB) in Montana. The procurement involves the annual inspection and maintenance of 266 portable fire extinguishers and bi-annual inspection, testing, maintenance, and recertification of 30 wet/dry chemical fire extinguishing systems, with a contract duration spanning one base year plus four optional years from October 1, 2024, to September 30, 2029. This initiative is crucial for ensuring the safety and compliance of fire protection measures at military installations. Interested contractors must submit their quotes by 2:00 PM MT on September 25, 2024, and direct any inquiries to the designated contacts, Lt. Randolph Foote and Viviana Castillo Ramirez, via the provided email addresses or phone numbers.
    STEA PARK WIDE FIRE EXTINGUISHER INSPECTION, TESTI
    Active
    Interior, Department Of The
    The National Park Service (NPS) is soliciting proposals for the inspection, testing, maintenance, repair, and replacement of fire extinguishers at the Steamtown National Historical Site in Scranton, PA, under the Request for Quote (RFQ) number 140P4524Q0073. The contract encompasses a base period of twelve months with the possibility of four optional extensions, covering approximately 312 fire extinguishers that must comply with NFPA and OSHA standards. This procurement is set aside for small businesses under NAICS Code 811310, emphasizing the importance of maintaining safety and compliance within federal facilities. Proposals are due by September 20, 2024, at 2:00 PM EDT, and interested contractors should contact Linda Richardson at LindaRichardson@nps.gov for further details.
    183 CES Repair Fire Suppression Building 15
    Active
    Dept Of Defense
    Presolicitation notice from the Department of Defense, Department of the Army, is seeking a contractor to provide repair services for the fire suppression system in Building 15 at the 183d Wing, Illinois Air National Guard Base in Springfield, Illinois. The existing system is in disrepair and does not meet state and federal code restrictions. The contract duration is 180 days, and the project is set aside 100% for Small Business. The estimated value of the project is between $500,000 and $1,000,000. Interested contractors must be registered in SAM and can access the solicitation and associated information on the Contract Opportunities website. The tentative date for issuing the solicitation is late May 2024, with a pre-bid conference scheduled for early-mid June 2024.
    Fire Protection & Life Safety Inspection, Testing, and Certification (ITC) for Spokane WA VAMC
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors to provide Fire Protection & Life Safety Inspection, Testing, and Certification (ITC) services for the Mann-Grandstaff VA Medical Center in Spokane, Washington. The contract, valued at approximately $11.5 million, includes a base year followed by four option years, focusing on comprehensive inspections and testing of fire safety systems, including kitchen hood suppression systems and fire alarm systems, in compliance with NFPA and TJC standards. This initiative is crucial for maintaining fire safety compliance in a healthcare environment, ensuring operational readiness during emergencies. Interested vendors must submit required documentation as outlined in section E.2 of the solicitation, with the contract subject to funding availability expected by October 1, 2024. For inquiries, contact Danielle Carrico at danielle.carrico@va.gov.
    Repair Fire Protection Tech Training, Multi Facilities project located at Sheppard AFB, Texas
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for the Repair Fire Protection Tech Training project at Sheppard Air Force Base in Texas. This procurement aims to address the repair and alteration of multiple facilities, utilizing a Two-Step Sealed Bidding method as outlined in FAR Part 14.5, with the first step focusing solely on technical proposals. The project is significant, with a construction magnitude estimated between $10 million and $25 million, and falls under the NAICS code 236220 for Commercial and Institutional Building Construction. Interested parties can reach out to Lindsey Byfield at lindsey.m.byfield@usace.army.mil or call 918-669-7070 for further details.
    Fire Alarm BPA Fort Drum NY
    Active
    Dept Of Defense
    Presolicitation DEPT OF DEFENSE DEPT OF THE ARMY is seeking multiple businesses to enter into a Blanket Purchase Agreement (BPA) for Fire Alarm services at Fort Drum, NY. The services include fire alarm sales combined with installation, repair, or monitoring services. The BPA calls may be below $25,000 and sporadic in nature. The Contractor must be able to accept the Government Purchase Card (GPC) and submit invoices in Wide Area Workflow (WAWF). BPAs will be evaluated annually and may remain in place for up to five years. Interested parties must be registered with the System for Award Management Registration (SAM) under NACIS code 561621. The registrations can be done through System for Award Management (SAM) for free. Any interested party should submit their DUNS number, CAGE Code, and Tax ID number to SFC Timmons.
    CAMP WARLORD FIRE DETECTION SYSTEM
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors to provide a fire detection system for Camp Warlord located at Little Rock Air Force Base in Arkansas. The contractor will be responsible for furnishing, removing, and replacing the existing fire notification system across 13 facilities, ensuring compliance with National Fire Protection Association guidelines and other relevant regulations. This procurement is critical for enhancing fire safety and operational readiness at the camp, with a performance period expected to be completed within 90 days of contract award. Interested parties should direct inquiries to Andre Kalvelage at Andre.kalvelage.1@us.af.mil or Shawn Dostie at Shawn.dostie@us.af.mil, with proposals due by September 17, 2024.
    The Dalles Dam Fire Extinguisher Emergency Services
    Active
    Dept Of Defense
    The U.S. Army Corps of Engineers, Portland District, is seeking a contractor to provide Fire Extinguisher and Emergency Maintenance Services at The Dalles Dam in Oregon. The procurement includes hydrotesting, monthly and annual inspections of fire extinguishers, self-contained breathing apparatus (SCBA), and emergency breathing apparatus (EBA), along with the development of a report spreadsheet to track these services. This contract is critical for ensuring safety preparedness and compliance with national standards, as it enhances fire prevention and emergency response capabilities at the facility. Interested small businesses must submit their quotes by 1:00 PM PST on September 19, 2024, and can direct inquiries to John Scukanec at john.r.scukanec@usace.army.mil or by phone at 503-808-4436.
    Kitchen Hoods & Fire Suppression System Inspection, Repair, & Maintenance (Service)
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors for the inspection, repair, and maintenance of kitchen hoods and fire suppression systems at F.E. Warren Air Force Base in Wyoming and associated Missile Alert Facilities. The procurement requires contractors to provide all necessary personnel, equipment, and services for semi-annual inspections, maintenance, and emergency repairs, ensuring compliance with applicable standards and regulations. This initiative is crucial for maintaining operational readiness and safety within military facilities, emphasizing the importance of effective fire suppression systems. Interested parties must submit their written quotations by October 15, 2024, with inquiries directed to Halle Schaneman at halle.schaneman@us.af.mil or Arthur W. Makekau at arthur.makekau@us.af.mil, and must be registered in the System for Award Management (SAM) prior to contract award.