IIJA Funded - Fire Alarm Retrofit (PHL ATCT/TRACON)
ID: 697DCK25R00058Type: Combined Synopsis/Solicitation
Overview

Buyer

TRANSPORTATION, DEPARTMENT OFFEDERAL AVIATION ADMINISTRATION697DCK REGIONAL ACQUISITIONS SVCSFORT WORTH, TX, 76177, USA

NAICS

Other Building Equipment Contractors (238290)

PSC

REPAIR OR ALTERATION OF AIR TRAFFIC CONTROL TOWERS (Z2BA)
Timeline
    Description

    The Federal Aviation Administration (FAA) is seeking contractors for the IIJA Funded Fire Alarm Retrofit project at the Philadelphia Air Traffic Control Tower/Terminal Radar Approach Control (PHL ATCT/TRACON). The project involves replacing the existing Siemens MXL fire alarm system with the Siemens FireFinder XLS system, requiring contractors to provide labor, materials, and equipment while adhering to safety standards and federal regulations. This modernization effort is crucial for maintaining safety and compliance in aviation operations, with an estimated construction cost between $50,000 and $100,000. Interested contractors must submit their proposals electronically by April 15, 2025, and can direct inquiries to Amber Jones at amber.n.jones@faa.gov or Linda Hennequant at linda.hennequant@faa.gov.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines a Request for Proposal (RFP) by the Federal Aviation Administration (FAA) for a construction project involving the replacement of the fire alarm system at the Philadelphia Air Traffic Control Tower/Terminal Radar Approach Control. The project, funded by the Infrastructure Investment and Jobs Act (IIJA), requires contractors to fulfill specified labor, material, and supervision requirements as detailed in the Statement of Work and related contract documents. Key aspects include the performance timeline, with work expected to commence within five calendar days of receiving the notice to proceed and to be completed within 45 calendar days. Sealed bids are to be submitted, following strict guidelines, and contractors must provide any required performance and payment bonds. The document emphasizes compliance with federal regulations and procurement guidelines, particularly concerning safety, construction standards, and the submission of invoices through the Delphi eInvoicing web portal. Moreover, the FAA’s procurement framework utilizes its Acquisition Management System (AMS) instead of typical federal laws, reflecting its unique operational structure. Contractor responsibilities include ensuring quality, safety, and adherence to specifications, all designed to align with the FAA’s commitment to infrastructure improvement and safety in aviation operations.
    This document serves as an amendment to a solicitation issued by the Federal Aviation Administration (FAA) for a specific project. It outlines key administrative changes, including an extension of the bid submission deadline from March 28, 2025, to April 8, 2025. The amendment requires bidders to acknowledge receipt of this change to avoid the rejection of their offers. Additionally, the amendment maintains that, except for the changes specified, all terms and conditions of the original solicitation remain in effect. The contracting officer for this amendment is Linda M. Hennequant, ensuring formal communication of these modifications to the interested contractors. This document emphasizes the importance of adherence to the updated timelines in the procurement process, reflecting standard practices for government solicitations and modifications.
    The document outlines an amendment to a solicitation related to a Fire Alarm Retrofit project in Philadelphia, PA, issued by the Federal Aviation Administration (FAA). The amendment modifies the original solicitation, identified as 697DCK-25-R-00058, by replacing the current Statement of Work with a revised version, extending the offer due date from April 8, 2025, to April 15, 2025, and removing specific clauses regarding environmentally preferable products and electronic products environmental assessment tools. Vendor inquiries led to clarifications on subcontractor qualifications, system upgrade requirements, and project execution, stating that a Siemens Partnership is no longer necessary and confirming that the existing Siemens MXL system must be updated to the FireFinder XLS system. The FAQ section also addressed site specifics, including equipment installation and conditions that require a fire watch. Overall, the amendment assures prospective contractors of the revised requirements and timeline while emphasizing adherence to safety standards and procurement guidelines. It reflects the FAA's commitment to updating its safety systems in compliance with applicable federal standards.
    The document outlines a "Past Experience Form" required for submitting proposals in response to federal and state/local RFPs. It seeks comprehensive details about three separate projects undertaken by the applicant. Each section requests information including the project name, location, owner/client details, general scope, the role of the applicant (either as a prime contractor or subcontractor), project completion percentage (at least 90%), and final contract amount (over $25,000). Additionally, the form asks about any terminations or liquidated damages faced by the applicant and requires contact information for a client point of contact. This form is essential for verifying qualifications and past performance, helping the FAA assess the applicant’s suitability for contract awards. Overall, it emphasizes due diligence in evaluating contractors' capabilities in relation to government-funded projects.
    The document outlines a Request for Proposal (RFP) for the retrofit of the obsolescent fire alarm system at the Philadelphia International Airport's Air Traffic Control Tower and Terminal Radar Approach Control (PHL ATCT/TRACON). The project mandates the removal of outdated Siemens MXL fire alarm hardware, replacing it with a modern Siemens FireFinder XLS system using retrofit kits. Key tasks include installing a new Fire Alarm Control Unit (FACU), remote annunciators, integrating existing devices, and conducting comprehensive inspections and testing according to National Fire Protection Association (NFPA) standards. The contractor is also responsible for providing necessary materials, submitting detailed documentation, and ensuring compliance with electrical codes and safety regulations. The entire project must be completed within 45 days following the Notice to Proceed, with specific timings for operational disruptions to minimize impact on the airport's activities. The initiative underscores the FAA's commitment to maintaining safety and functionality in critical aviation infrastructure.
    The document outlines a Request for Proposal (RFP) for retrofitting the fire alarm control system at the Philadelphia International Airport's Air Traffic Control Tower (PHL ATCT)/Terminal Radar Approach Control (TRACON). The existing Siemens MXL fire alarm system is obsolete, necessitating a conversion to the Siemens FireFinder XLS system using retrofit kits. The contractor’s scope includes replacing the main fire alarm unit, remote annunciators, and integrating new input devices into a fully operational alarm system, adhering to NFPA 72 standards. The contractor is also responsible for labor, materials, and all necessary equipment, with a completion time of 45 days post-award. Submittals and documentation must be provided to the FAA, including material lists, compliance statements, and operation manuals. The contract includes provisions to safeguard the operational integrity of the air traffic control facility, ensuring minimal disruption during upgrades. Safety standards and electrical installation requirements must conform to relevant codes and regulations. This project emphasizes the modernization of critical safety systems within a high-stakes operational environment, highlighting the government's commitment to safety and compliance in public infrastructure maintenance.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    ZMP Multiple Power Panels Replacement
    Transportation, Department Of
    The Department of Transportation, through the Federal Aviation Administration (FAA), is seeking small businesses to replace multiple power panels at the Minneapolis Air Route Traffic Control Center located in Farmington, Minnesota. This project involves the replacement of outdated power panelboards and related electrical infrastructure, with a total estimated contract value under $100,000. The selected contractor will be responsible for providing all necessary labor, materials, and supervision, adhering to FAA specifications, local codes, and safety standards, while ensuring minimal disruption to the facility's 24/7 operations. Interested contractors must submit their proposals electronically and are encouraged to contact Joshua Espinosa at joshua.j.espinosa@faa.gov or 404-305-5799 for further details, with a site visit scheduled for December 17, 2025, requiring prior registration for attendance.
    Stafford Building Major Electrical Upgrade - Construction
    Transportation, Department Of
    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is seeking contractors for the Stafford Building Major Electrical Upgrade project at the Mike Monroney Aeronautical Center in Oklahoma City, Oklahoma. This procurement involves comprehensive electrical upgrades, including the replacement of switchgear, motor control centers, and secondary switchboards, with an estimated contract value between $1,000,000 and $5,000,000. The project is critical for enhancing the electrical infrastructure and ensuring compliance with safety and environmental regulations. Proposals are due by December 16, 2025, at 3:00 PM CT, and interested parties should direct inquiries to Neil Amaral at neil.s.amaral@faa.gov or call 405-954-8381.
    Industry Day: Brand-New Air Traffic Control Tower (ATCT) and Terminal Radar Approach Control/Base Building (A11 TRACON) at the Ted Stevens Anchorage International Airport in Anchorage Alaska
    Transportation, Department Of
    The Federal Aviation Administration (FAA) is seeking qualified General Contractors for the construction of a new Air Traffic Control Tower (ATCT) and Terminal Radar Approach Control/Base Building (A11 TRACON) at the Ted Stevens Anchorage International Airport in Anchorage, Alaska. The project involves the construction of a 318-foot tall ATCT and a two-story, 40,000 square foot base building, with a total gross area of approximately 70,000 square feet, including site work and the installation of a new Fiber Optic Transmission System. This project is critical for enhancing air traffic management capabilities and ensuring safety at one of the busiest airports in Alaska, with an estimated cost ranging from $200 million to $325 million. Interested contractors are encouraged to participate in virtual one-on-one industry days scheduled for December 15-19, 2023, and should contact Sue Newcomb at susan.newcomb@faa.gov or Katherine Fogle at Katherine.Fogle@faa.gov to propose meeting times.
    B491 Fire Alarm Repair
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals from qualified small businesses for the repair of fire alarm systems at Facility B491, Offutt Air Force Base in Nebraska. The contractor will be responsible for providing all necessary equipment and labor to repair and rebuild the Simplex 4100ES Fire Alarm Control Panel, ensuring network communication with Facility B492 for fire pump activation. This project is critical for maintaining safety and compliance with fire control standards, and the total estimated award amount is $25 million. Interested parties must submit their proposals by January 5, 2026, and are encouraged to attend a site visit on December 16, 2025, with questions due by December 19, 2025. For further inquiries, contact SrA Jason Arizmendi at jason.arizmendi@us.af.mil or Lt Ryan Brewster at ryan.brewster.3@us.af.mil.
    Upgrade Fire Detection System at FCI Phoenix
    Justice, Department Of
    The Department of Justice, through the Federal Bureau of Prisons, is soliciting bids for the upgrade of the fire detection system at the Federal Correctional Institution (FCI) in Phoenix, Arizona. The project involves the installation of a new addressable fire alarm system across all buildings, including the integration of monitoring and control workstations, fiber optic network expansion, and compliance with safety and hazardous material protocols. This upgrade is critical for ensuring the safety and security of the correctional facility, with an estimated contract value between $5 million and $10 million. Interested small businesses must submit their bids electronically by December 30, 2025, and can contact Alex Jackson at a4jackson@bop.gov for further information.
    Y1DA--519-24-400-NRM Install Fire Alarm Bldg. 25
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting offers for a construction project to install a new fire alarm system in Building 25 at the West Texas VA Healthcare System in Big Spring, TX. The project involves replacing the existing Honeywell fire alarm system with a Siemens system, ensuring compatibility with the existing infrastructure and adherence to various safety codes and standards. This upgrade is crucial for maintaining a reliable fire safety system across the campus, with a contract set aside for 100% Service-Disabled Veteran Owned Small Businesses (SDVOSB). Quotes are due by January 2, 2026, at 10:00 AM CST, and interested contractors should submit their proposals electronically to Eileen.Myers@va.gov, with the estimated contract value between $250,000 and $500,000.
    Y1DA--437-23-105 Replace Fire Alarm System 437-26-1-6690-0001
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, through Network Contracting Office 23, is soliciting proposals for the replacement of the fire alarm system at the Fargo VA Health Care System. This project involves the complete overhaul of the existing analog fire alarm system, which is at the end of its functional life, to a new digital, addressable voice notification system, including the installation of control panels, wiring, annunciators, and detectors across the campus. The importance of this upgrade lies in ensuring the safety and operational continuity of the facility, particularly in a healthcare environment. The estimated contract value ranges from $2 million to $5 million, with a performance period of 540 days from the Notice to Proceed. Interested bidders must submit their proposals electronically by December 18, 2025, and can direct inquiries to Contracting Officer Dwayne Brauch at dwayne.brauch@va.gov or by phone at 651-293-3039.
    Repair Fire Alarm | Wilkes-Barre VAMC
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking contractors to perform repair services on the fire alarm system at the Wilkes-Barre Veterans Affairs Medical Center (VAMC) in Pennsylvania. This procurement is aimed at ensuring the functionality and safety of fire control equipment, which is critical for maintaining a secure environment for veterans and staff. The opportunity is part of a limited sources justification process, and interested parties can reach out to Nicholas Guzenski at nicholas.guzenski@va.gov or by phone at 570-824-3521 x24886 for further details. The notice is posted in compliance with FAR 5.301(a)(2)(i), and additional information can be found in the attached Limited Sources Justification document.
    Y1DA--437-23-105 Replace Fire Alarm System 437-26-1-6690-0001
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting bids for the replacement of the fire alarm system at the Fargo VA Medical Center under Solicitation Number 36C26326B0004. This project, designated as Project Number 437-23-105, is specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and is estimated to cost between $2 million and $5 million, with a performance period of 540 calendar days. The work involves comprehensive upgrades to the existing fire alarm system, ensuring compliance with VA Fire Protection Manual standards and various NFPA codes, while addressing environmental concerns such as asbestos management. Interested contractors must submit their proposals via email to Contracting Officer Dwayne Brauch by December 18, 2025, at 10:00 AM (CT), following a pre-bid site visit and Q&A process outlined in the solicitation documents.
    Replace Fire Alarm System for Buildings 15, 65, 68, 88, 90, & 93
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors to replace the obsolete fire alarm systems in multiple buildings at the Central Alabama Veterans Health Care System located in Tuskegee, Alabama. This project aims to address significant safety risks posed by the current outdated systems, which include an antiquated fiber optic network and lack of campus-wide voice/alarm functionality, with an estimated contract value between $10,000,000 and $20,000,000 and a completion period of 365 days. The procurement is a 100% Set-Aside for certified Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), and interested contractors must be SBA-certified and registered in SAM. The solicitation (36C24726R0028) is expected to be posted around January 31, 2026, and for further inquiries, potential bidders can contact Kimberly D Devlin at kimberly.devlin@va.gov or Joyce Powers at joyce.powers1@va.gov.