La Jolla Fire Suppression System Replacement
ID: 1305M325R0022Type: Sources Sought
Overview

Buyer

COMMERCE, DEPARTMENT OFNATIONAL OCEANIC AND ATMOSPHERIC ADMINISTRATIONDEPT OF COMMERCE NOAASEATTLE, WA, 98115, USA

NAICS

Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance (811310)
Timeline
  1. 1
    Posted Apr 2, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 2, 2025, 12:00 AM UTC
  3. 3
    Due Apr 16, 2025, 8:00 PM UTC
Description

The Department of Commerce, specifically the National Oceanic and Atmospheric Administration (NOAA), is seeking information from contractors regarding the replacement of the fire suppression system at the Southwest Fisheries Science Center in La Jolla, California. The project aims to replace the existing FM200 fire suppression system with the environmentally sustainable NOVEC 1230 system, ensuring compliance with safety standards and regulatory requirements, including the American Innovation and Manufacturing Act of 2020. This initiative underscores NOAA's commitment to safety and sustainability, as the contractor will be responsible for assessing the current system, procuring and installing new components, and ensuring compatibility with existing infrastructure. Interested parties must submit their responses to Contract Specialist Anna Ma at anna.ma@noaa.gov by April 16, 2025, at 1:00 p.m. Pacific Time, with a maximum of eight PDF pages allowed for the submission.

Point(s) of Contact
Files
Title
Posted
Apr 2, 2025, 10:08 PM UTC
The National Oceanic and Atmospheric Administration (NOAA) is seeking contractors to repair and replace the fire suppression system at the Southwest Fisheries Science Center in La Jolla, California. The project involves replacing the existing FM200 fire suppression agent with the environmentally sustainable NOVEC 1230 system, in compliance with the American Innovation and Manufacturing Act of 2020. The work will include assessing the current system, procuring and installing new components, and ensuring compatibility with existing infrastructure. The project is divided into tasks such as replacing fire alarm control panels and Air Sampling Detectors, documentation, and thorough testing per NFPA 72 standards. The period of performance is from May 1, 2025, to April 30, 2026. The contractor is responsible for providing detailed documentation, field quality control, and complying with various safety standards. The contract also emphasizes the necessity for certified EST programmers and outlines a schedule of deliverables to ensure proper implementation and acceptance of the work performed. This initiative demonstrates NOAA's commitment to safety and sustainability within its operational framework.
Lifecycle
Title
Type
Sources Sought
Similar Opportunities
Z--SD - DC Booth - Replace Fire Alarm Panel - Adminis
Buyer not available
The Department of the Interior, specifically the U.S. Fish and Wildlife Service, is soliciting bids for the replacement of the fire alarm panel at the Administration Building of the DC Booth National Fish Hatchery. The project aims to enhance fire safety by replacing an outdated system that has been in place since 1995, addressing issues such as false alarms and ensuring compliance with current safety standards. This initiative is critical for protecting both the facility's occupants and its historical archives, reflecting the government's commitment to maintaining safe operational environments. Interested contractors must submit their quotes via email to Dana Arnold by April 7, 2025, with the project expected to commence on April 21, 2025, and conclude by June 6, 2025.
CGC OAK Inspection and Service of CO2 and APC Marine Fire Suppression Systems
Buyer not available
The US Coast Guard Surface Force Logistics Center invites quotations for the inspection and service of CO2 and APC marine fire suppression systems on the USCGC OAK. This combined synopsis and solicitation seek a firm-fixed-price contract under FAR Part 13.5. The work involves providing all necessary labor, supervision, and materials to inspect and service the fire suppression systems aboard the vessel, which is docked in Newport, Rhode Island. The contract is intended for small businesses, and all responsible vendors are encouraged to submit quotations. The deadline for submission is 12 pm Pacific Time on September 27th, 2023. Vendors must email their quotes to Donna.J.O'Neal@uscg.mil and Michael.E.Madrigal@uscg.mil and ensure receipt is acknowledged by the Coast Guard. The solicitation incorporates provisions and clauses effective through Federal Acquisition Circular 2005-65. Vendors must comply with the small business standards and use a SAM.gov registered DUNS number on their quotes. For more information, contact Donna O'Neal at Donna.J.O'Neal@uscg.mil or 5103931145.
42--INSTALL FIRE SUPPRESSION SYSTEM, ANJO
Buyer not available
The Department of the Interior, specifically the National Park Service, is preparing to issue a Request for Proposals (RFP) for a firm fixed price construction contract to install a fire suppression system at the Early Home within the Andrew Johnson National Historic Site in Greeneville, TN. This project will require contractors to provide all necessary resources to complete the installation in accordance with the provided Statement of Work and Drawings. The opportunity is set aside exclusively for small businesses under NAICS Code 238220, emphasizing the importance of fire safety equipment in historic preservation. Interested contractors should expect the solicitation to be available on SAM.gov around February 13, 2024, and must ensure they are registered on the System for Award Management. For further inquiries, contractors can contact Marilia Mateo at mariliamateo@nps.gov.
UPGRADE FWA AFS KITCHEN FIRE SUPPRESSION
Buyer not available
The Department of the Interior, specifically the Bureau of Land Management's Alaska Fire Service, is soliciting proposals for the upgrade of the kitchen fire suppression system at Fort Wainwright, Alaska. This project aims to enhance safety by installing a modern wet chemical extinguishing system in compliance with UL-300, NFPA 17A, and NFPA 96 standards, necessitated by the transition to vegetable oils in food preparation. The procurement emphasizes the importance of effective fire safety measures in public cooking facilities, with proposals due by April 30, 2025, at 4:00 PM Alaska Daylight Time. Interested contractors must ensure compliance with federal acquisition regulations and are encouraged to contact Michael Stewart at mlstewart@blm.gov or 907-356-5774 for further details.
Notice of Intent to Single Source to Elemental Scientific, Inc
Buyer not available
The Department of Commerce's National Oceanic and Atmospheric Administration (NOAA) intends to negotiate a sole source contract with Elemental Scientific, Inc. for the annual preventative maintenance and emergency repairs of the ESI PrepFAST IC Automated Speciation System used at the National Seafood Inspection Laboratory (NSIL) in Pascagoula, MS. This specialized equipment is crucial for the laboratory's role in detecting and confirming metals contamination in seafood, aligning with FDA standards for food safety. The estimated contract value is $88,725 over three years, and interested parties may submit a Capability Statement by 5:00 PM EST on December 26, 2024, to the Contracting Officer, Suzanne Johnston, at Suzanne.Johnston@noaa.gov.
J--REPAIR WORK ON VESSEL IN SEATTLE, WASHINGTON
Buyer not available
The Department of Commerce, specifically the National Oceanic and Atmospheric Administration (NOAA), is soliciting bids for repair work on the hydrographic survey vessel S3006, located in Seattle, Washington. The procurement involves a total small business set-aside for seventeen defined repair tasks, including the replacement of power systems, engines, electrical panels, navigation and safety equipment, insulation, and the fuel system, all of which must be completed within 60 days of contract award. This vessel is crucial for the operational readiness of NOAA's Navigation Response Team, which conducts hydrographic survey operations in the Pacific Northwest. Interested contractors must submit their quotes by April 16, 2025, and are encouraged to schedule site visits by contacting the designated NOAA representatives. For further inquiries, Michelle Walton can be reached at MICHELLE.WALTON@NOAA.GOV or by phone at 757-605-7411.
Amerex Halotron Fire Extinguisher Inspection, Maintenance, and Repair, Multiple Locations
Buyer not available
The Department of Defense, through the Naval Supply Systems Command Fleet Logistics Center Jacksonville, is seeking qualified small businesses to provide inspection, maintenance, and repair services for Amerex Halotron fire extinguishers at multiple locations. The contractor will be responsible for ensuring compliance with National Fire Protection Association (NFPA) standards, maintaining effective firefighting capabilities across various Naval Air Stations in Florida and Texas. This contract, valued at approximately $375,000, includes a base year and four option years, with responses due by April 25, 2025, and the contract period commencing on June 1, 2025. Interested parties can contact Kyle Smigelski at kyle.a.smigelski.civ@us.navy.mil or Ellen Schramm at patricia.e.schramm.civ@us.navy.mil for further details.
NSWCPD | B542 Design Build Fire Alarm Repairs (Mass Notification Systems)
Buyer not available
The Department of Defense, through the Naval Surface Warfare Center Philadelphia Division (NSWCPD), is soliciting proposals for the design and installation of a Fire Alarm and Mass Notification System (FA&MNS) at Building 542, Philadelphia Naval Business Center. The project entails replacing the existing fire alarm system and integrating a new mass notification system, adhering to specific safety and compliance standards. This procurement is crucial for enhancing safety measures within government facilities, ensuring operational readiness and compliance with federal regulations. Interested small businesses must submit their proposals, including technical and price evaluations, by the specified deadline, with the project budget estimated between $500,000 and $1,000,000 and a completion timeline of 199 days post-award. For further inquiries, contact Rishi Mathur at rishi.m.mathur.civ@us.navy.mil or David Rhoads at david.a.rhoads8.civ@us.navy.mil.
Southeast Right Whale Early Warning System (Synopsis)
Buyer not available
The Department of Commerce, specifically the National Oceanic and Atmospheric Administration (NOAA), is seeking proposals for the Southeast Right Whale Early Warning System. This presolicitation aims to develop a system that enhances the monitoring and protection of the endangered North Atlantic right whale population through effective surveying and mapping services. The initiative is critical for ensuring the safety of these whales, particularly in areas where they are at risk from maritime activities. Interested parties can reach out to Grace Parker at grace.parker@noaa.gov or Casey Morrison at casey.morrison@noaa.gov for further details regarding the procurement process.
Southeast Right Whale Early Warning System (Solicitation - Amendment 0002)
Buyer not available
The Department of Commerce, specifically the National Oceanic and Atmospheric Administration (NOAA), is soliciting quotations for support services related to the Southeast Right Whale Early Warning System (EWS) in Saint Petersburg, Florida. The primary objective is to conduct aerial surveys to monitor the critically endangered North Atlantic right whale during their calving season, ensuring the collection and dissemination of vital data to mitigate vessel strike risks and enhance conservation efforts. This procurement is crucial for environmental protection and compliance with marine mammal protection regulations, with a contract period of one year and four optional extensions. Interested contractors must submit their quotations by April 9, 2025, and can direct inquiries to Grace Parker at grace.parker@noaa.gov or Casey Morrison at casey.morrison@noaa.gov.