Carbon Monoxide Detectors
ID: W519TC25QCARBType: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW6QK ACC-RIROCK ISLAND, IL, 61299-0000, USA

NAICS

Other Communications Equipment Manufacturing (334290)

PSC

MISCELLANEOUS ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS (6350)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Mar 25, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 4, 2025, 12:00 AM UTC
  3. 3
    Due Apr 8, 2025, 6:00 PM UTC
Description

The Department of Defense, specifically the U.S. Army Contracting Command - Rock Island, is seeking proposals from small businesses for the procurement of Carbon Monoxide Detectors and associated calibration equipment for use at Pine Bluff Arsenal in Arkansas. The solicitation includes brand-name or equivalent Honeywell CO detectors, calibration gases, and various accessories, with an emphasis on fulfilling all requirements as part of a firm-fixed price contract. This procurement is crucial for enhancing safety measures and operational efficiency within government operations, ensuring compliance with safety standards. Interested contractors must submit their quotes, including a completed Price Matrix, via email by 1:00 PM CST on April 8, 2025, and are encouraged to direct inquiries to Ashley Kulla or Michelle Pleasant at the provided email addresses.

Point(s) of Contact
Files
Title
Posted
Apr 4, 2025, 12:06 PM UTC
The document is an amendment to the Request for Quote (RFQ) W519TC-25-Q-CARB issued by the Army Contracting Command on April 3, 2025. The primary purpose of Amendment 0001 is to address a question from a contractor regarding the nature of the RFQ’s fulfillment requirements. The response clarifies that the RFQ is structured as an "all or none" requirement, indicating that contractors are required to submit bids that include all requested items. Partial quotations will not be accepted. The amendment reiterates that all other terms and conditions of the original RFQ remain unchanged, and provides contact information for further inquiries. This document showcases the procedural aspects of government contracting and the need for compliance with specified procurement conditions in federal contracting processes. The clarity provided in the amendment aims to ensure that interested contractors fully understand the bidding requirements to promote effective competition and compliance.
The U.S. Army Contracting Command - Rock Island has issued a Request for Quote (RFQ) for Honeywell Carbon Monoxide Detectors intended for use at Pine Bluff Arsenal, Arkansas. The procurement focuses on obtaining brand-name or equivalent CO detectors, accessories, and calibration gases through a firm-fixed price contract. The solicitation is targeted exclusively at small businesses, with a defined limit of 800 employees, under NAICS code 334290. Quotes must include a completed Price Matrix and should be submitted via email by April 8, 2025. The contract stipulates that delivery must occur within 60 days of awarding, with all pricing inclusive of shipping costs. Quoters must comply with various contract terms and conditions, including reporting and labor regulations. The procurement aims for the lowest cost to the government, emphasizing total fulfillment of requirements rather than partial bids. This RFQ reflects the Army's initiative to enhance safety measures with reliable detection equipment in accordance with federal procurement practices.
This solicitation document outlines a request for proposals (RFP) related to the procurement of various calibration equipment and accessories, primarily aimed at supporting governmental operations. Specific items listed include the SENSPOINT XCD UL/CSA/CO calibration system, multiple calibration gases, and WERMA EvoSIGNAL audible signal horns alongside related accessories such as mounting brackets and a power supply. The document specifies quantities, with CLIN (Contract Line Item Number) details suggesting 12 units of specific calibration equipment and lower quantities for others. Notably, the prices for each item are indicated as pending or unspecified. The submission deadline for responses to this RFP is set for 1:00 PM CST on April 8, 2025. This solicitation reflects the government's ongoing need to procure reliable technology and equipment that ensures compliance and operational efficiency in various technical applications.
Lifecycle
Title
Type
Carbon Monoxide Detectors
Currently viewing
Combined Synopsis/Solicitation
Similar Opportunities
66--DETECTOR KIT,GAS
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of 71 units of the Gas Detector Kit (NSN 6665014448319). This solicitation is a Total Small Business Set-Aside, aimed at acquiring essential detection equipment used in various military and defense applications. Interested vendors must submit their quotes electronically, as hard copies of the solicitation will not be provided, and all submissions must be received within the specified timeframe. For inquiries, potential bidders can contact the DLA at DibbsBSM@dla.mil, and further details can be accessed via the DIBBS website.
42--DETECTOR,IONIZATION
Buyer not available
The Defense Logistics Agency (DLA Troop Support) is seeking quotes for the procurement of 247 units of the Ionization Detector, identified by NSN 4210005955139. This solicitation aims to fulfill safety and environmental protection needs, as the detectors are crucial for fire and rescue operations. Interested vendors are required to submit their quotes electronically, as hard copies of the solicitation will not be provided, and all submissions must be received within 137 days after the award date. For inquiries, potential bidders can contact the DLA via email at DibbsBSM@dla.mil.
Pull Station Fire Alarm
Buyer not available
The Department of Defense, specifically the Army Contracting Command, is seeking proposals for the procurement of 17 explosion-proof manual pull stations, with a preference for the Cooper Wheelock MPS model or equivalent, to be delivered to the McAlester Army Ammunition Plant in Oklahoma. The solicitation emphasizes strict adherence to technical specifications and compliance with various government regulations, including contract terms and performance standards. These fire alarm pull stations are critical for ensuring safety and compliance within military facilities. Interested vendors must submit their signed proposals by 10:00 AM on March 18, 2025, and are encouraged to contact Casey Pratt at casey.p.pratt.civ@army.mil for any inquiries or additional information.
DETECTORS/TUBES
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA) Land and Maritime, is seeking sources for the procurement of various hazard-detecting instruments and apparatus, specifically under the title "DETECTORS/TUBES." This opportunity is a sources sought notice aimed at identifying potential suppliers capable of manufacturing these items, as the government lacks complete unrestricted technical data and intends to solicit only from approved sources, with DRAEGER, INC. being the sole approved source identified. The anticipated contract will be an Indefinite Quantity Long-Term Contract (IQC) with a base period of three years and two one-year options, and it falls under NAICS code 334511, with a small business size standard of 1,350 employees. Interested suppliers are encouraged to complete the market research questionnaire and provide feedback by the specified deadline to assist in shaping a realistic solicitation. For further inquiries, potential bidders can contact Brandy Warner at brandy.warner@dla.mil or by phone at 614-692-5024.
66--DETECTOR UNIT,CHEMI
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of two units of the Detector Unit, Chemi, under solicitation number NSN 6665017032044. The objective of this procurement is to acquire essential detection equipment that plays a critical role in search, detection, navigation, and guidance systems. Interested vendors are required to submit their quotes electronically, as hard copies of the solicitation will not be available, and all submissions must be received within 140 days after the order date. For inquiries, potential bidders can contact the buyer via email at DibbsBSM@dla.mil.
LF ICAM/M110-5
Buyer not available
The Department of Energy, through the Oak Ridge National Laboratory (ORNL), is soliciting proposals for the procurement of the LF ICAM/M110-5 mobile alpha beta continuous air monitor or an equivalent model. This procurement aims to secure essential environmental monitoring equipment that aligns with ORNL's operational needs, emphasizing compliance with federal procurement standards. Interested vendors must submit a firm fixed price proposal by April 21, 2025, and ensure they meet all representations and certifications, including registration in the System for Award Management (SAM). For inquiries, contact Jared Rash at rashjp@ornl.gov or call 865-341-3159.
Enterprise Fire Alarm Control Panel (FACP) Systems
Buyer not available
The Department of Defense, specifically the U.S. Army Installation Management Command (IMCOM), is seeking industry feedback through a Sources Sought Notice for the procurement of Fire Alarm Control Panel (FACP) systems. The objective is to standardize these systems across all Army installations within the Continental United States, Alaska, Puerto Rico, Hawaii, and select overseas locations, reducing the number of manufacturers from thirty-eight to four—Honeywell, Johnson Control, Monaco, and Siemens—to enhance cost efficiency and operational effectiveness. This initiative aims to streamline procurement processes for replacements or new installations under Firm-Fixed-Price contracts, while also inviting responses from firms capable of providing comparable products. Interested parties should direct inquiries to Brayden Lazenby at brayden.v.lazenby.civ@army.mil or Sylvia Farmer at sylvia.farmer.civ@army.mil, with responses encouraged by the specified deadline to facilitate clarity in the contracting process.
Rockwell TechConnect Software
Buyer not available
The Department of Defense, through the Army Contracting Command – Rock Island, is soliciting bids for Rockwell Automation Software Maintenance to support operations at Pine Bluff Arsenal in Arkansas. The procurement requires comprehensive software maintenance services for various Rockwell products, including 24/7 technical support from trained engineers, ensuring operational efficiency and reliability in critical production settings. This solicitation is particularly significant as it emphasizes the need for specialized support to maintain essential software systems, aligning with government standards for operational excellence. Interested contractors must submit their bids by April 29, 2025, at 12:00 PM CST, and are encouraged to contact MichelleAnn Hulett or Bethany Carbajal for further information.
Procurement of Multiple Fluke Units
Buyer not available
The Department of Defense, specifically the U.S. Army Contracting Command-Redstone, is seeking to procure specialized metrology equipment for the Army’s Primary Standards Laboratory located at Redstone Arsenal, Alabama. The procurement includes two Model 9114-256 Metrology Furnaces, one Model 9117-256 Annealing Furnace, one Model 7381-26 Deep-Well Compact Bath, and one 2019-DCB Liquid-in-Glass Thermometer Calibration Kit or equivalent, which are essential for maintaining and upgrading the Army's testing and measurement capabilities. This initiative is part of a systematic approach to enhance the U.S. Army's metrology and diagnostic equipment infrastructure. Interested parties are encouraged to respond to the Request for Information by April 30, 2025, and should direct their submissions to the designated contacts, Taylor Siskoff and Portia Sampson, via the provided email addresses.
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.