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 The amendment outlines the scope of work, which involves removing outdated fire system components and replacing them with newer versions in buildings 2606 and 2612.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
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.
LC-777-Steam Plant-Repair Boilers 3 and 4 Burners, JEB Little Creek - Fort Story Base, Little Creek Site
Buyer not available
The Department of Defense, through the Naval Facilities Engineering Command Mid-Atlantic, is soliciting proposals for the repair of Boilers 3 and 4 at the LC-777 Steam Plant located at Joint Expeditionary Base Little Creek-Fort Story in Virginia Beach, Virginia. The project aims to enhance boiler performance by addressing airflow imbalances and soot accumulation, which have led to reduced steam capacities, and includes inspections, airflow modeling, and necessary repairs to improve efficiency and safety. This procurement is critical for maintaining operational functionality within military facilities, with an estimated project cost ranging from $250,000 to $500,000 and a completion timeline of 180 days post-award. Interested contractors must submit their proposals by May 14, 2025, and can contact Chirine El Kaissi Johnson at chirine.elkaissijohnson.civ@us.navy.mil or 757-462-1023 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.
JAMES DS FY25 solicitation
Buyer not available
The Department of Homeland Security, through the U.S. Coast Guard, is soliciting proposals for dockside repair services for the USCGC JAMES (WMSL-754) during fiscal year 2025. The contractor will be responsible for providing all necessary labor, materials, and services to perform repairs and alterations at the cutter's homeport in North Charleston, South Carolina, from May 8 to July 30, 2025. This procurement is crucial for maintaining the operational readiness of the vessel, ensuring compliance with Coast Guard standards, and includes specific tasks such as tank cleaning, fire detection system modifications, and cargo handling equipment maintenance. Interested parties should contact Sherri Ore at sherri.s.ore@uscg.mil or Kiya Plummer-Dantzler at kiya.R.Plummer-Dantzler@uscg.mil for further details, and must adhere to the submission deadlines outlined in the solicitation documents.
Provide Upgrades B4833
Buyer not available
The Department of Defense, through the Naval Facilities Engineering Command (NAVFAC), is soliciting proposals for upgrades to Building B4833 at Marine Corps Air Station Cherry Point, North Carolina. The project aims to enhance facility safety and functionality, including the installation of fire-rated doors and windows, carbon monoxide detectors, and a fire alarm system compliant with NFPA standards. This procurement is restricted to pre-approved contractors under the M&R MACC program, with an estimated project cost between $25,000 and $100,000 and a completion timeline of 120 days post-award. Interested contractors must submit their proposals by April 23, 2025, and can direct inquiries to Linda Clark at linda.b.clark14.civ@us.navy.mil or Ericka J. Bishop at ericka.j.bishop.civ@us.navy.mil.
Amendment 2 to RFP--Emergency Generator Repairs - Radiator Replacement--Frederick, MD
Buyer not available
The Department of Homeland Security, through the Federal Emergency Management Agency (FEMA), is soliciting proposals for the repair of an emergency generator's leaking radiator located in Frederick, Maryland. The project involves comprehensive tasks including securing the generator, draining the cooling system, removing and cleaning the radiator assembly, replacing gaskets, and conducting pressure tests to ensure the new radiator's integrity. This repair is critical for restoring the generator's functionality, which is essential for emergency preparedness and response operations. Proposals are due by April 30, 2025, and interested contractors should contact Tara Shirley at tara.shirley@fema.dhs.gov for further details. A site visit is scheduled for April 28, 2025, and the work must be completed within 90 days of contract award.
UPGRADE TO CONTROLLED AREA, BUILDING 310, NAVAL AIR STATION OCEANA
Buyer not available
The Department of Defense, through the Naval Facilities Engineering Command Mid-Atlantic, is soliciting proposals for the upgrade of Building 310 at Naval Air Station Oceana in Virginia Beach, Virginia, to enhance its security as a controlled area. The project involves implementing security upgrades in compliance with Controlled Area standards, including the installation of RF shielding, reconfiguration of spaces, and establishment of secure entrances, with an estimated budget between $5 million and $10 million. This initiative is crucial for consolidating study and training support infrastructure while ensuring compliance with safety and engineering standards. Interested contractors, specifically those holding the appropriate indefinite-delivery contracts, must submit their proposals by May 5, 2025, following a mandatory site visit on April 9, 2025, and inquiries due by April 22, 2025. For further information, contact Jessica Grosso at jessica.m.grosso.civ@us.navy.mil or call 757-433-3623.
Fire Alarm Panel Tech Support/Site Visit
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking proposals from qualified small businesses for technical support and site visits related to the Mircom Pro-2000 Fire Detection Panel on the USCGC Donald Horsley. The contractor will be responsible for troubleshooting and repairing the fire alarm panel, which is no longer supported by the manufacturer, and must provide either newly manufactured parts or refurbish existing components during the scheduled site visit from May 5-9, 2025, in Galveston, Texas. This procurement is crucial for maintaining fire safety on the vessel, ensuring compliance with safety and environmental regulations, and adhering to federal guidelines. Interested vendors must submit their proposals by April 28, 2025, and can contact Sandy Reed-Robinson at sandy.m.reed-robinson@uscg.mil or Patricia Fremming at Patricia.M.Fremming@uscg.mil for further information.
LP-40 Install In-Line Receipt Filtration, Naval Station Norfolk, Norfolk, Virginia
Buyer not available
The Department of Defense, through the Naval Facilities Engineering Systems Command (NAVFAC), is soliciting proposals for the LP-40 Install In-Line Receipt Filtration project at Naval Station Norfolk, Virginia. This procurement involves the demolition of an existing aboveground fuel filtration system and the installation of a new filtration system, including necessary electrical work, all to be completed within 270 calendar days post-award. The project is critical for enhancing fuel filtration capabilities at the naval facility, ensuring compliance with safety and operational standards. Proposals are due by May 21, 2025, with a mandatory site visit scheduled for April 8, 2025. Interested contractors should contact Alethea Lopez-Martinez at alethea.m.lopez-martinez.civ@us.navy.mil or (757) 341-0564 for further details.
N--FIRE AND SECURITY SYSTEM AT TIMU
Buyer not available
The Department of the Interior, through the National Park Service, is soliciting proposals for the removal and replacement of fire and security systems at the Timucuan Ecological and Historical Preserve in Jacksonville, Florida. This project aims to install a modern, networked fire alarm and security system across several historical buildings, necessitating careful preservation measures due to the site's significance. The contract, set aside for Service-Disabled Veteran-Owned Small Businesses, has an estimated budget between $500,000 and $1,000,000, with proposals due by May 2, 2025, at 1:00 p.m. ET. Interested contractors should contact William Vazquez at WilliamVazquez@nps.gov or 470-819-0934 for further details.