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
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.
Z--REPLACE CHILLER AT AM1201 FMO
Buyer not available
The Department of the Interior, specifically the National Park Service, is seeking qualified contractors to replace the failing chiller system at the Fire Management Office in Sequoia National Park, California. The project entails the demolition, removal, and replacement of the existing 40-ton air-cooled chiller, including the re-charge of the chilled water loop solution and staff training on the new system. This procurement is crucial for maintaining efficient climate control in the facility, ensuring operational effectiveness in fire management activities. The contract, set aside for small businesses, has an estimated value between $100,000 and $250,000, with proposals due by May 21, 2025. Interested parties should contact Brian Roppolo at brianroppolo@nps.gov or 206-220-4215 for further information.
42--INSTALL FIRE SUPPRESSION SYSTEM, ANJO
Buyer not available
The Department of the Interior, through the National Park Service, is soliciting bids for the installation of a fire suppression system at the Andrew Johnson National Historic Site in Greeneville, Tennessee. The project involves implementing a hydraulically designed double interlock preaction sprinkler system and a comprehensive fire alarm setup, ensuring compliance with NFPA 13 standards while preserving the historic integrity of the site. This initiative underscores the federal government's commitment to enhancing safety infrastructure at historical locations, with an estimated contract value between $250,000 and $500,000 and a performance period from July 1, 2025, to September 1, 2025. Interested small businesses must submit their firm-fixed price quotes by May 9, 2025, and can direct inquiries to Marilia Mateo at mariliamateo@nps.gov.
USCGC RAYMOND EVANS FIRE SURPRESSION SYSTEMS INSEPCTION
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors to perform inspection and certification of the FM200 and Galley Fixed Fire Suppression Systems aboard the USCGC RAYMOND EVANS (WPC 1110) located in Key West, Florida. The contractor will be required to travel to the cutter's homeport to conduct the necessary inspections in accordance with established procedures, with the service scheduled for the week of May 21, 2025, subject to confirmation by the cutter's Engineering Petty Officer. This procurement is critical for ensuring compliance with safety and operational standards for the Coast Guard's fire suppression systems, which are vital for the safety of personnel and equipment. Interested vendors must submit their Firm Fixed Price quotations by May 7, 2025, at 9:00 A.M. Eastern Standard Time, and can direct inquiries to Timothy Ford at timothy.s.ford@uscg.mil or Patricia Fremming at Patricia.M.Fremming@uscg.mil.
J--Replace Main Motor Heat Exchangers on NOAA Ship PI
Buyer not available
The Department of Commerce, specifically the National Oceanic and Atmospheric Administration (NOAA), is seeking qualified small businesses to replace the main motor heat exchangers on the NOAA Ship Pisces. This procurement involves the removal and installation of heat exchangers, ensuring compliance with safety and operational standards, and requires contractors to manage all labor, materials, and rigging necessary for the project. The successful contractor will be evaluated based on their technical approach, past performance, and pricing, with a firm fixed-price contract expected to be awarded by April 30, 2025. Interested parties must submit their quotations via email to Christopher Baker at CHRISTOPHER.BAKER@NOAA.GOV, ensuring they acknowledge any amendments and provide all required documentation by the specified deadline.
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 of Fire Suppression at Yosemite Residences
Buyer not available
The Department of the Interior, through the National Park Service, is seeking a contractor to perform repairs on the fire suppression systems at residences within Yosemite National Park. The project involves a firm fixed-price contract to address deficiencies identified during annual testing, including reconfiguring sprinkler layouts and replacing specific sprinkler heads, while ensuring compliance with National Fire Protection Association standards. This procurement is crucial for maintaining safety and compliance in park facilities, with an estimated construction magnitude between $100,000 and $250,000. Interested small businesses must have an active SAM registration and are encouraged to direct inquiries to Timothy Modjeski at Modjeski, Timothy, via email at TimModjeski@nps.gov or by phone at 303-819-9916. The RFQ is expected to be available electronically on or around May 5, 2025, with proposals due 30 days after issuance.
ASIS - MAINTENANCE & REPAIR OF FIRE SUPPRESSION
Buyer not available
The National Park Service (NPS) is issuing a Request for Proposal (RFP) for the maintenance and rehabilitation of the fire suppression system at Assateague Island National Seashore in Berlin, Maryland. The project requires contractors to provide all necessary labor, materials, and equipment to conduct a five-year inspection and related repairs, including potential upgrades to the Visitor Center system and the replacement of a diesel storage tank. This work is crucial for ensuring the safety and functionality of fire protection infrastructure within the park, with an estimated contract value between $100,000 and $250,000 and a performance period from June 1, 2025, to September 30, 2025. Interested contractors must contact Jason Albright at JasonAlbright@nps.gov or by phone at 617-519-6145 for further details and to participate in the pre-bid site visit.
Fire Alarm Panel Tech Support/Site Visit
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking proposals from qualified small businesses for technical support and site visits related to the Mircom Pro-2000 Fire Detection Panel on the USCGC Donald Horsley. The contractor will be responsible for troubleshooting and repairing the fire alarm panel, which is no longer supported by the manufacturer, and must provide either newly manufactured parts or refurbish existing components during the scheduled site visit from May 5-9, 2025, in Galveston, Texas. This procurement is crucial for maintaining fire safety on the vessel, ensuring compliance with safety and environmental regulations, and adhering to federal guidelines. Interested vendors must submit their proposals by April 28, 2025, and can contact Sandy Reed-Robinson at sandy.m.reed-robinson@uscg.mil or Patricia Fremming at Patricia.M.Fremming@uscg.mil for further information.