Repair Fire Detection System Bldg. 1850
ID: FA660625R0001Type: Solicitation
AwardedMay 9, 2025
$279.4K$279,434
AwardeeHENRY GENERAL CONTRACTORS INC Springfield MA 01104 USA
Award #:FA660625C0011
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA6606 439 CONF PKWESTOVER AFB, MA, 01022-1508, USA

NAICS

Electrical Contractors and Other Wiring Installation Contractors (238210)

PSC

REPAIR OR ALTERATION OF MISCELLANEOUS BUILDINGS (Z2JZ)

Set Aside

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

    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the repair of the fire detection system in Building 1850 at Westover Air Reserve Base in Chicopee, Massachusetts. The project involves a comprehensive overhaul of the existing fire alarm system, including the integration of a new Mass Notification System (MNS) to ensure compliance with fire safety regulations and enhance overall safety measures. This initiative is critical for maintaining high safety standards in military facilities, with an estimated construction value between $100,000 and $250,000, and is set aside exclusively for small businesses. Interested contractors must submit their proposals by April 8, 2025, and can direct inquiries to Douglas P. Fortin at douglas.fortin.1@us.af.mil or Ewa Gosselin at ewa.gosselin@us.af.mil.

    Files
    Title
    Posted
    The project YTPM 24-0005 at Westover Air Reserve Base involves repairing the Fire Detection System in Building 1850. The Contractor is responsible for a complete overhaul of the existing fire alarm system, integrating it with the Mass Notification System (MNS) to ensure efficiency and compliance with fire safety regulations. Work is scheduled to commence within 10 days of the Notice to Proceed, with a completion period of 180 days. Key tasks include demolishing outdated components, installing new fire alarm panels and devices in accordance with National Fire Protection Association standards, and ensuring minimal disruption to ongoing operations within the occupied building. Associated requirements involve strict compliance with applicable safety codes, an emphasis on waste reduction and recycling during construction, and comprehensive reporting of activities and progress. The project also stipulates detailed deliverables, including construction schedules, progress reports, final inspection certifications, and the provision of as-built drawings upon completion. Overall, this initiative demonstrates the government’s commitment to maintaining high safety standards while ensuring modern and efficient fire safety systems are integrated into critical facilities.
    The document outlines a Request for Proposal (RFP) for the repair of the fire detection system in Building 1850 at Westover Air Reserve Base in Chicopee, MA. It includes a cost breakdown with two main components: construction costs and design costs, both assessed as total costs (LOT). Although the specific amounts are not provided, the structure indicates the anticipated expenses for each phase of the repair project. This RFP is part of government funding initiatives aimed at ensuring safety and compliance with fire safety regulations in federal buildings. The repair work is expected to enhance the overall fire detection capabilities, demonstrating the government’s commitment to maintaining and upgrading essential safety systems within its facilities.
    The document in question appears to be an unfinished or improperly formatted PDF that cannot be viewed, as it displays instructions for upgrading the Adobe Reader software instead of containing substantive content. As a result, there is no available information to analyze or summarize regarding federal government RFPs, grants, or state and local initiatives. This indicates a lack of accessible data critical for understanding the context and objectives of any government-related proposals or grants. Consequently, no key ideas, purpose, or document structure can be identified or articulated. For further analysis and summary, a correct and viewable document must be provided.
    A hazardous materials survey at Building 1850 on Westover Air Reserve Base, conducted by Plexus Scientific Corporation and Professional Service Industries, Inc., identified asbestos-containing materials (ACM), polychlorinated biphenyls (PCBs), and other hazardous materials. The survey, executed under U.S. Army Corps of Engineers contract, adhered to environmental protocols and covered both the interior and roof of the building. Significant findings indicated confirmed ACM in gray mudded pipe fittings and white magnesia pipe insulation, while potential PCB hazards were noted in an adjacent transformer. No other hazardous materials such as mercury or pesticides were identified. Recommendations urge the proper abatement of regulated ACM and testing of presumed materials prior to renovation activities. This report serves as a foundational element for compliance with federal regulations and ensures safety during ongoing and future renovation efforts at the facility, highlighting the importance of meticulous environmental assessment in government project planning.
    The Request for Information (RFI) report pertains to the solicitation FA660625R0001 regarding the repair of the fire detection system for Building 1850. The contractor, Henry General Contractors, Inc., submitted inquiries about the project specifics, including the handling of existing fire alarm conduits, ceiling devices, and system specifications. Key confirmations include that existing above-ceiling conduit can remain but abandoned devices must be removed, and the existing transceiver will be integrated into the new system with a necessary chip addition. The project requires a Qualified Fire Protection Engineer and specifies that fire alarm wiring must be installed in conduit, except for final connections. While existing mass notification systems will remain, the fire alarm system must comply with NFPA standards. The RFI report facilitates clear communication between government representatives and contractors, ensuring safety and compliance are maintained throughout the project, without granting authority for any additional work beyond the specified scope. Overall, it underscores the guidelines for successful project execution while prioritizing safety standards and regulatory compliance.
    The Request for Information (RFI) report relates to the solicitation for the repair of the fire detection system in Building 1850. Submitted by L.J.V. Development, LLC, it encompasses inquiries regarding the installation and location of auxiliary power supplies and new safety panels as part of the project. Key questions include whether an auxiliary power supply is necessary, the status of the existing Mass Notification System (MNS) panel, and the new location of the Fire Alarm Control panel. Responses indicate that the auxiliary power supply's installation is up to the qualified fire protection engineer's discretion, the existing MNS panel will be reused, and the new Fire Alarm Control panel is to be positioned adjacent to the MNS panel. The document also identifies Fire Alarm Specialty Design as the preferred vendor for the fire alarm systems. The RFI highlights a structured approach to ensure clarity on project specifications while maintaining adherence to contract obligations.
    The Request for Information (RFI) report, number 003, pertains to the solicitation for repairing the fire detection system in Building 1850 (Solicitation No. FA660625R0001) requested by Cornerstone on March 19, 2025. The report addresses various inquiries from the contractor regarding tax implications, necessary permits, and existing materials. Notably, the response confirms that federal purchases are exempt from state and local taxes, and no special permits are required. Hazards are not anticipated based on prior studies, and existing ceiling tiles will be reused where feasible. Additional questions focus on the integration of fire alarm systems with other building systems, available workspace for the contractor, and compliance with safety regulations. Notably, third-party commissioning is required by the Westover Fire Department, while a Fire Watch is the responsibility of the contractor. The government clarifies that all existing mass notification system devices must comply with current codes and any new fire detection devices must be UL listed and installed correctly. This document serves as a structured method to inform contractors about essential project details and compliance requirements, central to the federal RFP process in ensuring standards are met for safety and functionality.
    The government document outlines a solicitation for a construction project titled "Repair Fire Detection System" at the Westover Air Reserve Base, Massachusetts. The project, classified under North American Industry Classification System (NAICS) Code 238210, involves designing and building a new Fire Alarm (FA) and Mass Notification System (MNS) at the specified location, replacing the old system. The contract will be competitive and set aside for small businesses, with a total project value between $100,000 and $250,000. Key requirements include the submission of sealed bids, a performance timeline of 180 calendar days upon contract award, and certification in SAM.gov. Important dates are provided, such as a site visit registration deadline on March 4, 2025, and bid submission due by April 1, 2025. The document specifies that faxed or emailed bids are not accepted. Additionally, it emphasizes that funding is not currently available for the project, allowing the government to cancel the solicitation at any point without incurring reimbursement obligations to bidders. This procurement exemplifies federal contracting procedures, particularly for construction initiatives designed to enhance safety systems in military facilities.
    This document outlines an amendment to solicitation FA6606-25-R-0001 for a design-build contract for a Fire Detection System at Westover Air Reserve Base, Massachusetts. The amendment modifies the site visit time to 11:00 AM EDT on March 11, 2025, and clarifies that all other terms and conditions remain unchanged. The contract is designated as a 100% Total Small Business Set-Aside, with an estimated construction magnitude between $100,000 and $250,000, using NAICS Code 238210. Key dates include site visit registration by March 4, request for information (RFI) submissions by March 18, and proposals due by April 1, 2025. Proposals must be mailed or hand-delivered, as faxed or emailed submissions are not accepted. The document emphasizes the necessity for compliance with applicable regulations and procedures and indicates that the Government reserves the right to cancel the solicitation without obligation to reimburse submission costs. This summary encapsulates the procedural requirements, key deadlines, and important stipulations for potential offerors participating in this federal procurement process.
    This document is an amendment to a federal solicitation, extending the deadline for offers and detailing changes to contract requirements in accordance with recent executive orders aimed at ensuring equal employment opportunities and updating various contract clauses. The amendment incorporates new clauses regarding small business program representation and modifies existing ones to rectify discrepancies. It highlights the importance of contractors acknowledging receipt of the amendment and adapting any previously submitted offers by specifying the solicitation and amendment numbers. Notably, it adds provisions to enhance compliance with federal contracting standards, including regulations affecting small and disadvantaged businesses. Additionally, the document provides a detailed breakdown of added and modified clauses, emphasizing the necessity for ongoing contractor compliance with updated federal contracting policies. Overall, the amendment aims to foster a more inclusive and merit-based contracting environment.
    The document serves as an amendment to Solicitation FA6606-25-R-0001 related to the Fire Detection System project at Westover Air Reserve Base. The primary updates include a revised wage determination date, the addition of a hazardous material survey, and an extension of the proposal due date by seven days to April 8, 2025. The solicitation is structured as a competitive, total small business set-aside, requiring interested contractors to provide proposals through mail or hand delivery, as electronic submissions are not accepted. Key requirements include contractor certification in SAM.gov, adherence to a specified magnitude of construction costing between $100,000 and $250,000, and a technical proposal detailing how they intend to execute the work per the statement of work. The document also outlines critical submission deadlines, including site visit registration and questions submission. The government retains the right to cancel the solicitation and bear no financial responsibility for costs incurred by offerors in the event of cancellation. Overall, this amendment ensures potential bidders have the necessary information and time needed to submit compliant proposals for the construction project.
    Lifecycle
    Similar Opportunities
    Fire Alarm System Replacement, Mountain Home AFB
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for design-build services to replace the outdated fire alarm system at the Sagebrush Inn, Building 2320, located at Mountain Home Air Force Base in Idaho. The project requires the installation of a new addressable fire alarm system, including a comprehensive design, hazardous material surveys, and construction services, all in compliance with Unified Facility Criteria and relevant safety codes. This upgrade is critical to ensure the safety of the facility, which currently violates fire code requirements due to the lack of available replacement parts for the existing system. Interested contractors must submit their proposals by January 20, 2026, and can direct inquiries to primary contacts Cameron Smith and Taylor Inman via the provided email addresses. The estimated contract value ranges from $1 million to $5 million, with a performance period of 407 calendar days following the notice to proceed.
    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.
    Westover Air Reserve Base Simplified Acquisition of Base Engineering Requirements (SABER)
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is conducting a Sources Sought notice for the Simplified Acquisition of Base Engineering Requirements (SABER) at Westover Air Reserve Base in Chicopee, Massachusetts. This procurement aims to identify responsible sources for a single award Indefinite Delivery/Indefinite Quantity (IDIQ) contract, which will encompass a variety of multi-trade commercial and institutional building construction projects, including renovations and repairs, with task orders ranging from $10,000 to $750,000. The contract is particularly significant as it is intended to be a competitive 8(a) Set-Aside for eligible small businesses with a bona fide office within the designated geographical area, which includes parts of Connecticut, Massachusetts, New Hampshire, Rhode Island, Syracuse, and Vermont. Interested parties must submit their capability statements to Ewa Gosselin at ewa.gosselin@us.af.mil by the end of business on December 31, 2025, and must be registered in the System for Award Management (SAM) database prior to award consideration.
    Evaluate Fire Suppression Bldg. 126 at the Watervliet Arsenal, Watervliet , NY
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting proposals from qualified contractors to evaluate and modify the fire suppression system in Building 126 at the Watervliet Arsenal in New York. The project, valued at $19,500,000, involves the removal of existing shelving units, updating the fire suppression system to meet current codes, and providing stamped engineered drawings. This procurement is critical for ensuring the safety and compliance of the facility's fire suppression capabilities. Interested small businesses, particularly Women-Owned Small Businesses (WOSB), must submit their proposals electronically and adhere to various federal regulations, with the period of performance set from January 1, 2026, to March 31, 2026. A mandatory site visit is scheduled for December 17, 2025, and interested parties should contact Christopher Battiste at christopher.k.battiste.civ@army.mil for access arrangements.
    Hangar 3211 Fire Suppression Repair
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors for the Hangar 3211 Fire Suppression Repair project at Joint Base McGuire-Dix-Lakehurst in New Jersey. This project involves the demolition and removal of an existing High Expansion Foam fire suppression system and fire alarm system, followed by the installation of a new mass notification fire alarm and HEF system, along with related incidental work. The project is critical for ensuring the safety and operational readiness of the hangar, and it will be conducted in an occupied building, requiring careful coordination to minimize disruption. Interested parties, particularly Service-Disabled Veteran-Owned Small Businesses, should contact Kristen Rodgers at kristen.rodgers.1@us.af.mil or 609-754-4690 for further details.
    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.
    Edwards AFB Fire Suppression Maintenance 2026
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the Fire Suppression Maintenance contract at Edwards Air Force Base (AFB) for the year 2026. This contract encompasses the testing, maintenance, and repair of the pre-action fire suppression system at the Benefield Anechoic Facility, Building 1030, ensuring compliance with NFPA and UFC standards, with a total potential contract value of approximately $19.5 million over a five-year period. The procurement includes specific recurring tasks across multiple quadrants, with contractors required to utilize boom lifts for high-ceiling inspections and adhere to various federal regulations and standards. Interested vendors must submit their quotes by December 15, 2025, and are encouraged to attend a site visit on November 24, 2025, with prior registration required. For further inquiries, contact Jamil Minosa at jamil.minosa.2@us.af.mil or Abel Alcantar at abel.alcantar.1@us.af.mil.
    Dorm 742 Renovation
    Dept Of Defense
    The Department of Defense, through the 341st Contracting Squadron, is seeking sources for the renovation of Dormitory 742 at Malmstrom Air Force Base in Montana. This construction project, estimated to exceed $10 million, will encompass a range of work including asbestos abatement, mold remediation, landscaping, structural and architectural improvements, as well as fire suppression and mechanical/electrical upgrades. The project is crucial for enhancing living conditions and ensuring safety standards in the facility, which was originally designed in 1954 and has undergone previous renovations in 1996 and 2008. Interested small business concerns, including 8(a), HUBZone, Woman Owned Small Business (WOSB), and Service-Disabled Veteran Owned Business (SDVOSB), must demonstrate their capability to perform the work and hold necessary certifications for Montana. Responses are due by 2:00 PM Mountain Time on December 18, 2025, and should be directed to Branden Lawson at branden.lawson@us.af.mil or Jillian Urick at jillian.urick@us.af.mil.
    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.
    Maine Air National Guard Fuel Cell Hangar Construction
    Dept Of Defense
    The Department of Defense, through the Maine Air National Guard, is seeking bids for the construction of a Fuels Systems Maintenance Hangar at Bangor Air National Guard Base in Maine. This project requires a contractor to provide all necessary labor, materials, and supervision to complete the construction using conventional methods, with a contract duration of 672 calendar days following the notice to proceed. The opportunity is set aside exclusively for small businesses, with a contract value estimated between $25 million and $100 million, and the solicitation is expected to be issued around December 29, 2025. Interested contractors should contact Cameron Doncet Hall at 207-404-7353 or via email at 101.msg.msc.contracting@us.af.mil for further details, and must be registered in the System for Award Management (SAM) to participate.