Sources Sought Announcement - Fire Alarm Control Panels - Pavement & Maintenance Facility, Grand Forks AFB, ND
ID: W9128F25SM012Type: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW071 ENDIST OMAHAOMAHA, NE, 68102-4901, USA

NAICS

Security Systems Services (except Locksmiths) (561621)

PSC

INSTALLATION OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS (N063)
Timeline
  1. 1
    Posted Jan 17, 2025, 12:00 AM UTC
  2. 2
    Updated Feb 13, 2025, 12:00 AM UTC
  3. 3
    Due Feb 28, 2025, 6:00 PM UTC
Description

The Department of Defense, through the U.S. Army Corps of Engineers, Omaha District, is seeking potential suppliers for Monaco brand fire alarm control panels for the construction of a Pavement and Maintenance Facility at Grand Forks Air Force Base in North Dakota. The procurement aims to standardize fire alarm systems across multiple locations, enhancing technician expertise and reducing operational inefficiencies, with an estimated project budget between $25 million and $100 million. This initiative is critical for ensuring compliance with safety standards and effective emergency communication, as outlined in the detailed specifications for the fire alarm and mass notification system. Interested vendors must submit their capability statements by February 14, 2025, and can contact Scott Dwyer at Scott.Dwyer@usace.army.mil or 402-995-2584 for further information.

Point(s) of Contact
Files
Title
Posted
Feb 13, 2025, 4:06 PM UTC
The government document outlines specifications for the design and installation of an interior fire alarm and mass notification system compliant with various industry standards. It emphasizes the need for a complete, supervised, addressable system that includes wiring, control equipment, notification appliances, and their integration while ensuring compliance with NFPA and UL regulations. A Qualified Fire Protection Engineer (QFPE) must oversee the project, review design submittals, and ensure the system coordinates between fire alarms and emergency systems. The document details operational requirements, such as power reserve during outages and alarm functions that activate notifications and record events. It also stipulates necessary qualifications for technicians and manufacturers, mandates submittal procedures, and specifies equipment standards, including detectors and notification appliances. This comprehensive outline promotes safety and effective communication during emergencies, guiding contractors in meeting government standards for fire protection systems.
The US Army Corps of Engineers, Omaha District, has issued a Sources Sought notice seeking potential suppliers for Monaco brand fire alarm control panels for the construction of a Pavement and Maintenance Facility at Grand Forks Air Force Base, North Dakota. This initiative aims to gather market information to determine procurement methods, with the project budget estimated between $25 million and $100 million. The construction involves building a snow barn for heavy equipment, complete with various support spaces and infrastructure improvements. Vendors are invited to demonstrate their capability to provide fire alarm control panels that comply with Air Force requirements. The government seeks solutions that minimize maintenance needs and emphasize ease of repair. Submissions should include organizational details and capability statements addressing the requested specifications. Notably, this notice is for informational purposes only, and submitting a response does not guarantee contract awards or funding. The submission deadline is February 14, 2025, and responses must adhere to specified guidelines to protect proprietary data. This Sources Sought relates to federal market research rather than a formal RFP.
The Justification and Approval (J&A) document outlines the U.S. Air Force's (USAF) need for the procurement of facility fire alarm panels through a brand name approach, avoiding full and open competition for efficiency and cost-effectiveness. The aim is to standardize fire alarm systems across multiple locations, significantly reducing training costs and inefficiencies associated with maintaining a diverse inventory of manufacturers. Estimated costs for facility fire alarm panel replacements over five years are approximately $14.8 million, with expected reductions of $22 million in training expenses. The J&A asserts that utilizing only specific manufacturers will enhance the expertise of technicians, decrease downtime, and streamline the entire procurement process by eliminating redundant training requirements. Market research indicated insufficient interest from other vendors, further supporting the decision for limited sourcing. The document underscores that maintaining multiple systems leads to complexity and operational inefficiency, and standardized training encourages maintenance proficiency, thereby maximizing the USAF mission performance while ensuring compliance with statutory authorities.
Lifecycle
Similar Opportunities
PKA - B549 Repair Multiple Fire Alarm Panels
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting bids for the "PKA - B549 Repair Multiple Fire Alarm Panels" project at Travis Air Force Base in California. The project involves the design and construction services necessary to upgrade outdated fire alarm systems, including the demolition and replacement of existing components, with a contract value estimated between $500,000 and $1,000,000. This initiative is crucial for maintaining safety standards in federal facilities and ensuring effective emergency response capabilities. Interested contractors must submit their proposals by April 22, 2025, and can direct inquiries to SSgt Gabriel Sanderson at gabriel.sanderson@us.af.mil or MSgt Joshua Boak at joshua.boak@us.af.mil.
EAR048 Replace Site Fire Alarm System
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers, Alaska District, is seeking qualified prime contractor firms for a Design-Bid-Build construction project aimed at replacing fire alarm systems in 44 buildings at Eareckson Air Station, Alaska. Contractors must demonstrate their capability to provide comprehensive management, equipment, and trained personnel for the demolition and installation of fire alarm systems, including the installation of fiber optic cabling for communication between buildings and central supervising stations. This project, with an estimated value between $20 million and $30 million, is part of the government's market research to determine the acquisition strategy, and interested firms must submit a capabilities package by April 11, 2025. For further inquiries, interested parties can contact Michelle Nelsen at michelle.nelsen@usace.army.mil or Theresa Afrank at theresa.m.afrank@usace.army.mil.
LRSO Hardware Software Development Facility at Eglin AFB, FL - Honeywell Notifier Onyx FACP & Cummins Back Up Generator
Buyer not available
The Department of Defense, specifically the U.S. Army Corps of Engineers, Mobile District, is seeking sources for the procurement of Honeywell Notifier Onyx Fire Alarm Control Panels (FACP) and Cummins electrical power generators for the FY-25 Long Range Standoff (LRSO) Hardware/Software Development and Test Facility at Eglin Air Force Base, Florida. This facility, spanning 11,000 square feet, will support advanced hardware and software development, testing, and evaluation, playing a critical role in national security and the fielding of advanced programs for the warfighter. Interested firms must provide product data and a written statement of compliance with the specified requirements by 5:00 PM CDT on April 15, 2025, to the designated contacts, Leigh Dedrick and Stephanie M. Scalise, via email. This notice is not a request for proposals but a market survey to identify potential sources for the required equipment.
Maxwell AFB Fire Department Station Alerting System
Buyer not available
The Department of Defense, through the 42d Contracting Squadron at Maxwell Air Force Base, is seeking sources for a new Fire Department Station Alerting System for Buildings 929, 1092, and 834G. The objective is to procure a modern alerting system that enhances emergency response capabilities by providing rapid and accurate dispatching, compliant with NFPA standards, and capable of integrating with existing Computer-Aided Dispatch (CAD) systems. This procurement is critical for improving fire safety operations and ensuring efficient emergency management through advanced notification features. Interested vendors must submit their company information, SAM registration, relevant experience, and contact details via email to Marc Engel and MSgt Jeremy Clark by 11:59 p.m. Central Time on April 10, 2025. This notice is for information and planning purposes only and does not constitute a solicitation.
USACE SPK DB Construction - DDJC Tracy Mass Notification and Fire Alarm Integration, Tracy, California
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting bids for the design and construction of an integrated mass notification and fire alarm system at the Tracy Army Depot in California. The project aims to replace and/or combine existing disparate systems from three different manufacturers, ensuring interoperability and compatibility among all equipment, while also installing a backup receiving system in an additional building. This initiative is critical for enhancing safety and operational efficiency at the depot, with a construction magnitude estimated between $10 million and $25 million. Interested contractors should contact Jennifer Wheelis at jennifer.l.wheelis@usace.army.mil or Melissa Denigris at MELISSA.A.DENIGRIS@USACE.ARMY.MIL for further details, and note that the bid due date has been extended as per Amendment 0001 issued on April 4, 2025.
Synopsis Bldgs. 392 and 339 Fire Alarm Repairs/Replace
Buyer not available
The Department of Defense, specifically the Department of the Army, is seeking bids for the repair and replacement of fire alarm systems in Buildings 392 and 339 at Fort Leavenworth, Kansas. The project aims to upgrade the existing fire alarm systems to meet current codes and standards, including the installation of new fire alarm and mass notification systems, along with necessary wiring and equipment. This procurement is crucial for ensuring the safety and compliance of the facilities, and the contract will be awarded based on the most advantageous bid to the government, with a firm fixed price anticipated. Interested contractors must be registered in SAM and can direct inquiries to Felipe D. Zaragoza at felipe.d.zaragoza.civ@army.mil or Jennifer S. Walker at jennifer.s.walker12.civ@army.mil.
Fire Alarm BPA Fort Drum NY
Buyer not available
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.
FY25 MAFB Construct Fire Station Bay Area
Buyer not available
The U.S. Army Corps of Engineers (USACE) Seattle District is seeking proposals for the construction of a Fire Station Bay facility at Malmstrom Air Force Base in Montana, under solicitation number W912DW-25-R-0ZX7. The project involves the construction of a 20,000 square foot building designed to store Fire Emergency Services equipment, featuring trailer parking stalls, a foam storage room, and ADA-compliant restroom facilities. This procurement is significant for specialized construction firms, particularly those with experience in building fire emergency services facilities in extreme climates and compliance with military construction standards. Interested bidders must be registered with the System for Award Management (SAM) and submit proposals electronically through the Procurement Integrated Enterprise Environment (PIEE), with an estimated contract value between $5,000,000 and $10,000,000. For inquiries, contact Michael Saldana at michael.e.saldana@usace.army.mil or Cassandra Gonzalez at cassandra.p.gonzalez@usace.army.mil.
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, Pennsylvania. The project entails replacing the existing fire alarm system and integrating a new mass notification system, adhering to specific safety and compliance standards outlined in UFC-3-600-01 and UFC-4-021-01. 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 by April 24, 2025, with an estimated contract value between $500,000 and $1,000,000, and are encouraged to contact Rishi Mathur or David Rhoads for further information.
Amendment 0002 | N063--598-22-125 Repair/Replace Fire Alarm Systems - NLR/JLM
Buyer not available
The Department of Veterans Affairs is seeking proposals from qualified contractors for the Repair/Replacement of Fire Alarm Systems at the Central Arkansas Veterans Healthcare System, specifically at the John L. McClellan Memorial Veterans Hospital and the Eugene J. Towbin VA Healthcare Center. The project aims to replace the existing fire alarm systems with an EST-4 programmable Fire Alarm Control Panel while ensuring minimal disruption to hospital operations, adhering to strict safety protocols, and maintaining compliance with infection control measures. This procurement is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), with a contract value estimated between $2 million and $5 million, and a performance period of 365 days post-notice to proceed. Interested offerors must submit their proposals electronically by April 21, 2025, and can direct inquiries to Contract Specialist Julius Jones at Julius.Jones@va.gov or by phone at 501-918-1200.