James River Reserve Fleet Fire Detection System Upgrade
ID: 6933A225Q000007Type: Combined Synopsis/Solicitation
Overview

Buyer

TRANSPORTATION, DEPARTMENT OFMARITIME ADMINISTRATION6933A2 DOT MARITIME ADMINISTRATIONNORFOLK, VA, 23505, USA

NAICS

Electrical Contractors and Other Wiring Installation Contractors (238210)

PSC

INSTALLATION OF EQUIPMENT- ELECTRICAL AND ELECTRONIC EQUIPMENT COMPONENTS (N059)
Timeline
  1. 1
    Posted Mar 21, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 3, 2025, 12:00 AM UTC
  3. 3
    Due Apr 14, 2025, 6:00 PM UTC
Description

The Department of Transportation, specifically the Maritime Administration, is seeking proposals for the upgrade of the fire detection systems in buildings 2606 and 2612 at the James River Reserve Fleet (JRRF) facilities located at Fort Eustis, Virginia. The project involves the removal of existing fire system components and their replacement with new, upgraded systems, ensuring compliance with safety protocols and environmental sustainability standards. This upgrade is crucial for maintaining safety in government infrastructure, with a contract performance period scheduled from April 28, 2025, to June 11, 2025. Interested contractors must submit their proposals by April 14, 2025, and can direct inquiries to Scott Lewis at scott.j.lewis.ctr@dot.gov or Robert McDermott at robert.mcdermott@dot.gov.

Point(s) of Contact
Files
Title
Posted
The Maritime Administration is issuing an amendment related to procurement for a fire detection system upgrade at the James River Reserve Fleet (JRRF) facilities located on the Fort Eustis base. The amendment outlines the scope of work, which involves removing outdated fire system components and replacing them with newer versions in buildings 2606 and 2612. This notice serves to clarify modifications and respond to inquiries from prospective bidders. The project’s period of performance is slated from April 28, 2025, to June 11, 2025. Contractors are required to acknowledge receipt of this amendment as part of their offers, which must be completed before the specified deadline to avoid rejection. This document emphasizes the procedural aspects of the amendment process within the context of federal procurement requirements and solicits competitive bids for crucial safety upgrades in government infrastructure.
This document represents Amendment 0002 of solicitation number 6933A225Q000007 regarding the JRRF Fire Detection System Upgrade project. It provides essential updates for bidders, including answers to questions, site visit details, and the availability of site photos. A key point is that no site visits will be conducted after April 1, 2025, and there are currently no drawings available. Site photos are attached for reference. The amendment requires bidders to acknowledge receipt by specified methods, and failure to do so might lead to rejection of offers. The period of performance for the project is scheduled from April 28, 2025, to June 11, 2025. This document underscores the importance of timely communication and adherence to the outlined procurement procedures in federal contracting, emphasizing the project's administrative modifications and contractor obligations.
Apr 3, 2025, 6:05 PM UTC
The U.S. Department of Transportation (DOT), Maritime Administration (MARAD), is soliciting quotes for the removal and upgrade of fire detection systems in buildings 2606 and 2612 at Fort Eustis, VA. This Combined Synopsis/Solicitation number 6933A225Q000007 invites businesses to submit proposals by April 14, 2025, with a focus on obtaining the lowest price that meets technical requirements. The work is expected to be completed within 45 days post-award. Contractors must attend a site visit, coordinated with the designated point of contact, to fully understand the project’s specifics. Proposals must include a breakdown of costs and prior relevant experience. All interested vendors must have active registration in the System for Award Management (SAM) to be eligible for the contract and ensure compliance with a variety of Federal Acquisition Regulation (FAR) provisions and clauses. The contract will be awarded without discussions; however, minor clarifications may be allowed. Payment terms stipulate invoices are due upon delivery with a net 30 payment period. The announcement encapsulates standard bidding practices and regulatory requirements, highlighting the government’s commitment to efficient procurement processes in public service contracts.
Apr 3, 2025, 6:05 PM UTC
The document serves as Amendment 0002 to a federal solicitation, addressing common inquiries related to the proposed project. It indicates that no site visits will be conducted after April 1, 2025, emphasizing a cutoff for such activities. Additionally, it specifies that there are no drawings available for the project, although site photos have been provided as an attachment. This amendment aims to clarify key logistical details for potential contractors and stakeholders, ensuring they are adequately informed regarding the project's parameters and requirements before submission of proposals. Overall, it underscores the importance of communication and transparency in the RFP process.
Apr 3, 2025, 6:05 PM UTC
The James River Reserve Fleet (JRRF) requires an upgrade of the fire detection systems in buildings 2606 and 2612 located at Fort Eustis, VA. The contractor will be responsible for removing existing fire components, installing new systems, testing the installations, and ensuring that all areas are restored to their original condition. Work must be completed within 45 days of contract award, with a focus on using new, defect-free materials. The project will adhere to safety and security protocols, including access vetting by security personnel. The final deliverable will be a fully operational fire system along with a standard warranty covering labor associated with repairs. Importantly, the project emphasizes environmentally sustainable practices, requiring products to be energy and water-efficient, biobased, and compliant with federal standards. The document serves as a formal request for proposals detailing the scope and requirements for contractors interested in submitting bids for this project.
Apr 3, 2025, 6:05 PM UTC
The U.S. Department of Transportation (DOT) outlines the invoicing process for contractors via the Delphi eInvoicing web portal. Contractors must register with GSA’s Login.gov to access the portal, requiring valid email and other personal information. Once authenticated, they can request user access through a designated agency point of contact (POC), who submits a User Access Request (UAR) which is then approved by the Access Control Officer and processed by the Delphi helpdesk. Invoices must include specific components such as contractor details, invoice date, contract number, service descriptions, payment terms, and contact information for addressing issues with defective invoices. For contractors facing difficulties accessing the portal, waivers may be requested. Comprehensive user support and contact information for assistance are provided. This document is essential for ensuring compliance and efficiency in invoice processing under federal contracts and grants.
Apr 3, 2025, 6:05 PM UTC
The document outlines changes to the Federal Acquisition Regulations (FAR), specifically focused on the revision of policies related to Equal Employment Opportunity (EEO) and the procurement of sustainable products and services. As of January 2025, the executive orders affecting these regulations have been altered, emphasizing the abandonment of previous frameworks like Executive Order 11246 and introducing new definitions regarding sustainable procurement practices. Key sections specify definitions for biobased and sustainable products, alongside policies encouraging the procurement of environmentally friendly and energy-efficient items. Agencies are mandated to incorporate sustainable products in acquisitions, ensuring compliance with statutory purchasing programs. The document's structure includes subparts dedicated to definitions, administrative matters, and specific provisions around labor laws and environmental standards, indicating ongoing governmental commitment to fostering a sustainable procurement environment. Compliance with environmental laws and the promotion of green technologies are imperative, with specified procedures for reporting and classifying sustainable acquisitions. Overall, this reflects a significant policy shift towards sustainability and equal opportunity in federal contracting practices.
Apr 3, 2025, 6:05 PM UTC
This document outlines specifications and requirements for fire safety systems in two buildings, 2606 and 2612, located on a military base. Building 2606 measures approximately 6,700 sq. ft., while building 2612 is around 2,000 sq. ft. It clarifies that the Unified Facilities Criteria (UFCs) do not apply; however, communication with the base's fire department is necessary. A proprietary fire alarm brand is not required, allowing flexibility for the fire protection engineer and designer in selecting components. The existing Mass Notification System (MNS) connects to a Monaco notification unit, which must remain integrated with the new installation. The purpose of these buildings is primarily office and working spaces, and no VESDA (Very Early Smoke Detection Apparatus) system will be necessary as there are no sensitive electronics requirements. This document serves as guidance for ensuring fire safety system updates while complying with existing protocols and maintaining operational connectivity, reflecting the interests of government oversight in facility management and public safety.
Lifecycle
Title
Type
Combined Synopsis/Solicitation
Similar Opportunities
James River Reserve Fleet (JRRF) , FB218 Drydock and Repair
Buyer not available
The Department of Transportation, specifically the Maritime Administration (MARAD), is seeking quotes from small businesses for the drydocking and repair of the FB218 Storage Barge, as outlined in solicitation number 6933A225Q000008. The procurement involves a firm-fixed price purchase order for various maintenance services, including structural repairs, hull cleaning, and painting, with a performance period set from June 5, 2025, to September 2, 2025. This opportunity is crucial for maintaining the operational readiness and safety of federal vessels, emphasizing the government's commitment to supporting small business participation in federal contracts. Interested contractors must submit their proposals by April 22, 2025, and are encouraged to attend a site visit scheduled for March 26, 2025, to familiarize themselves with project requirements. For further inquiries, potential bidders can contact William A. Wile at william.wile@dot.gov or Robert McDermott at robert.mcdermott@dot.gov.
Z1DA--626A4-23-203 - Upgrade Fire Alarm System
Buyer not available
The Department of Veterans Affairs is soliciting proposals for the upgrade of the fire alarm system at the Tennessee Valley Healthcare System (VA Medical Center) in Murfreesboro, TN, under Project 626A4-23-203. The project requires contractors to provide all necessary labor, materials, equipment, and supervision to complete the upgrade, which includes demolition and new construction across various disciplines such as electrical and architectural work. This initiative is crucial for enhancing safety infrastructure within the facility, ensuring compliance with current VA standards and national fire codes while minimizing disruptions to medical operations. Proposals are due by April 8, 2025, at 1:00 PM CDT, and interested contractors should contact Contract Specialist Jen Jamieson at jen.jamieson@va.gov for further details.
MILITARY CONSTRUCTION PROJECT (MILCON) P1062 DESIGN-BID-BUILD, DRY DOCK 3 MODERNIZATION, NORFOLK NAVAL SHIPYARD, PORTSMOUTH, VIRGINIA
Buyer not available
The Department of Defense, through the Naval Facilities Engineering Command (NAVFAC), is soliciting proposals for the Design-Bid-Build modernization of Dry Dock 3 at the Norfolk Naval Shipyard in Portsmouth, Virginia. The project aims to refurbish critical infrastructure, including rebuilding caisson seats, upgrading utility systems, and enhancing safety measures, with a focus on sustainable practices as outlined in the recently amended solicitation. This modernization is vital for maintaining operational readiness and supporting the U.S. Navy's long-term mission capabilities. Interested contractors must submit their proposals electronically by May 8, 2025, and are encouraged to demonstrate small business participation of at least 20% of the contract value. For further inquiries, potential bidders can contact Daniel Rocha at daniel.r.rocha2.civ@us.navy.mil or Stephanie Wray at stephanie.l.wray2.civ@us.navy.mil.
Yocum Sailing Center Fuel Dispensing System; Removal and Installation
Buyer not available
The Department of Transportation, through the Maritime Administration, is seeking qualified contractors for the removal and installation of a fuel dispensing system at the Yocum Sailing Center, located at the U.S. Merchant Marine Academy in Kings Point, New York. The project involves the removal of existing underground storage tanks (USTs), dispensers, and associated systems, followed by the installation of new USTs and a dual product fuel dispenser, all while ensuring compliance with federal, state, and local regulations. This initiative is crucial for modernizing the fuel infrastructure while maintaining environmental safety and the historical integrity of the site. Interested contractors must submit their capability statements and responses to market research questions by February 24, 2025, and can contact Durba Ray at durba.ray@dot.gov or Saulat Rehan at saulat.rehan.ctr@dot.gov for further information.
BUILDING 1108, 11TH TRANSPORTATION BATALLION VEHICLE MAINTENANCE SHOP - REPLACE BAY DOORS, JEB LITTLE CREEK - FORT STORY, VIRGINIA BEACH, VIRGINIA
Buyer not available
The Department of Defense, through the Naval Facilities Engineering Command (NAVFAC), is soliciting proposals for a project to replace three hangar doors at Building 1108 of the 11th Transportation Battalion Vehicle Maintenance Shop located at Joint Expeditionary Base Little Creek - Fort Story in Virginia Beach, Virginia. The project involves the demolition of existing doors and installation of new roll-up doors, with a focus on using durable materials and adhering to anti-terrorist force protection standards, all while ensuring minimal disruption to the occupied facility. This initiative is part of a broader effort to maintain and modernize military infrastructure, reflecting the government's commitment to effective facility management. Interested contractors must submit proposals by May 1, 2025, following a site visit scheduled for April 8, 2025, with the project budget estimated between $500,000 and $1,000,000. For further inquiries, contact Oteria Bullock at oteria.bullock@navy.mil or 757-462-5330.
DIRECT DIGITAL CONTROLS (DDC) SYSTEM REPAIRS, BLDG 527, DAM NECK ANNEX
Buyer not available
The Department of Defense, through the Naval Facilities Engineering Command Mid-Atlantic, is soliciting proposals for the Direct Digital Controls (DDC) System Repairs at Building 527, Dam Neck Annex, Virginia Beach, Virginia. The project involves the demolition and installation of DDC network modems across multiple buildings within the annex, aimed at modernizing control systems to enhance operational efficiency. This initiative is part of a broader federal effort to maintain and upgrade critical infrastructure, with an estimated contract value between $250,000 and $500,000. Interested contractors, particularly those certified under the 8(a) program, must submit their proposals by April 18, 2025, and can direct inquiries to Jessica Grosso at jessica.m.grosso.civ@us.navy.mil or by phone at 757-433-3623.
J063 - Maint/repair/rebuild of equipment- alarm, signal, and security detection systems
Buyer not available
The Department of Veterans Affairs is seeking qualified contractors to address mismatched fire alarm hardware at the VA Southern Oregon Rehabilitation Center and Clinics located in White City, Oregon. The project, identified by solicitation number 36C26025Q0424, involves the replacement, installation, programming, and testing of various fire alarm modules across six specified buildings to ensure proper operation and communication of fire systems. This procurement is critical for enhancing safety measures within veteran facilities, reflecting the government's commitment to maintaining high standards in service delivery. Interested parties must submit their company details, including size classification related to NAICS code 334290, to Subrina Cantil at Subrina.Cantil@va.gov by April 8, 2025, at 10 AM PST, with no obligation for the government to award a contract.
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.
PROVIDE BACKUP POWER FOR STORMWATER REMOVAL PUMPS, BLDG 304, DAM NECK ANNEX
Buyer not available
The Department of Defense, through the Naval Facilities Engineering Systems Command Mid-Atlantic, is soliciting proposals for the installation of backup power systems for stormwater removal pumps at Building 304, Dam Neck Annex, Virginia Beach, Virginia. The project involves the installation of a new Standby Diesel Generator and an Automatic Transfer Switch to ensure operational integrity during power outages at two pump stations. This initiative is critical for enhancing the resilience of stormwater management systems, particularly during adverse weather conditions. Proposals are due by September 6, 2024, at 2:00 PM, and interested contractors should contact Jessica Grosso at jessica.m.grosso.civ@us.navy.mil or call 757-433-3623 for further information.
Provide Upgrades B4833
Buyer not available
The Department of Defense, through the Naval Facilities Engineering Command Mid-Atlantic, is soliciting proposals for the "Provide Upgrades B4833" project at Marine Corps Air Station (MCAS) Cherry Point, North Carolina. This procurement aims to enhance the facility by upgrading fire safety systems, including the installation of fire-rated doors and windows, carbon monoxide detectors, and fire alarm components, with a project cost estimated between $25,000 and $100,000. The initiative underscores the importance of maintaining safety standards and operational integrity within military facilities, ensuring compliance with NFPA regulations and minimizing disruption during construction. Proposals are restricted to pre-approved contractors, with a submission deadline of April 15, 2025, and interested parties can contact Linda Clark at linda.b.clark14.civ@us.navy.mil or Ericka J. Bishop at ericka.j.bishop.civ@us.navy.mil for further details.