Fire Alarm Maintenance
ID: FA460025Q0030Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA4600 55 CONS PKPOFFUTT AFB, NE, 68113, USA

NAICS

Security Systems Services (except Locksmiths) (561621)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- FIRE CONTROL EQUIPMENT (J012)

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 fire alarm maintenance services at Offutt Air Force Base in Nebraska. The project involves replacing and testing fire alarm control panels and devices in three buildings: Building 123, Building 441, and Building 584, ensuring compliance with safety standards and operational functionality. This procurement is part of a broader initiative to maintain secure facilities and is set aside for small businesses under the Total Small Business Set-Aside program, with an estimated contract value of $25 million. Interested vendors must submit their proposals by May 1, 2025, and can contact Morgan Hockaday at morgan.hockaday@us.af.mil or 402-232-5931 for further details.

    Files
    Title
    Posted
    The document addresses inquiries related to solicitation # FA460025Q0030 for a fire alarm system installation project across three buildings. Key concerns include the specific types of fire alarm devices to be replaced and whether to use equal or greater panels, focusing on avoiding proprietary installations. The government confirms that device-for-device replacements are acceptable and plans to share installation drawings for better clarity. There is no incumbent contractor, and flexibility exists regarding the choice between Simplex and Notifier panels. A site visit is approved for assessing current conditions, and requesters are granted an extension for proposal preparation. Additionally, there’s agreement to consider removing NIST 800-171 requirements for the project, as the work does not involve handling controlled unclassified information (CUI), which could reduce costs. Overall, the document serves to clarify project requirements, promote competition among bidders, and facilitate efficient contract preparations regarding the fire alarm installation project.
    The document outlines the contractor/vendor screening and pass request process for Offutt Air Force Base (AFB). It specifies the collection of Personally Identifying Information (PII), authorized under several Department of Defense regulations. Key details include the requirement for contractors to present a REAL ID ACT compliant identification upon arrival. The document includes sections for entering pertinent information such as company details, personnel names, and contact information for both the contractor and base sponsors, as well as the contract’s specifics, although many details are left blank. The involvement of the Security Manager and certain protocols for entry emphasize the importance of security measures at the AFB. The purpose of this document is to ensure authorized access to the installation while maintaining security compliance, primarily focusing on managing contractor and vendor access and verifying identities.
    The Performance Work Statement outlines a project to replace and test fire alarm systems in Buildings 123, 441, and 584. The contractor is responsible for providing labor, tools, equipment, and expertise to remove existing malfunctioning fire alarm panels and install specified new models. Each building requires specific preparations, replacements, and testing to ensure functionality and compliance with industry standards. For Building 123, the outdated Monaco M1 panel will be replaced with a government-furnished Notifier NFS-320 system. In Building 441, the existing Simplex 4007 panel will be replaced with a Simplex 4007ES, while Building 584's old Monaco M1 will also be swapped for the Notifier NFS-320 panel. The project demands thorough documentation of the installation and testing processes, adherence to safety regulations, and compliance with local fire codes. Ultimately, the goal is to ensure that all fire alarm systems are operational and meet safety standards upon completion, reflecting the government's commitment to maintaining secure facilities through this required maintenance initiative.
    The document discussed is a complex and partially corrupted file that appears to contain data relevant to government requests for proposals (RFPs) and grants at the federal, state, and local levels. It emphasizes the procedural and regulatory aspects associated with these RFPs, including requirements for compliance, eligibility, and evaluation criteria that proposers must follow when submitting proposals. Throughout the document, there are indications of various funding opportunities and guidelines that aim to facilitate project development and enhance resource allocation. Key ideas involve the importance of transparency in proposal submissions, the necessity for adherence to specific government standards, and the processes established to review and award funding. The structure seems reflective of typical federal communication, possibly outlining instructions or guidelines for applicants in a fragmented format. Despite the corrupted nature of the file, the overarching goal of promoting effective proposal submissions and ensuring compliance with government regulations for funding purposes remains evident. This aligns well with the objectives often pursued through RFPs and grant mechanisms in governmental contexts.
    The document is a solicitation for a contract under the Women-Owned Small Business (WOSB) program to acquire fire alarm equipment and services at three locations, specifically B123, B441, and B584. It includes details such as the contracting officer, requisition number, item descriptions, prices, and delivery requirements. The total award amount is estimated at $25 million, with a firm fixed pricing arrangement for specific lots dedicated to fire alarm equipment purchase, replacement, and testing. The document outlines the necessary provisions under federal acquisition regulations, including clauses related to small businesses, labor standards, and electronic invoicing. Additionally, it mandates compliance with established safety and health standards, especially relevant when conducting work on government installations. An ombudsman is also appointed to facilitate concerns from bidders, emphasizing the procurement's transparent nature. This solicitation highlights the government’s initiative to ensure that contracts are awarded to small businesses while maintaining regulatory compliance and promoting safety during contract execution.
    This document is an amendment regarding solicitation FA460025Q0030 for services at Offutt Air Force Base. The amendment extends the deadline for submissions from April 24 to May 1, 2025, and incorporates responses to vendor questions. Offerors are required to submit a complete quote, including a price quotation, technical approach, and filled clauses/provisions. The pricing must cover all necessary labor, materials, and equipment for the work outlined in the Performance Work Statement (PWS). The technical approach should include a plan for meeting PWS requirements and a timeline of project completion. Additionally, offerors must ensure they are registered in the System for Award Management and submit their quotes electronically by the specified deadline. This amendment serves to ensure clarity, timely submission, and equitable evaluation of offers in compliance with federal contracting regulations.
    Lifecycle
    Title
    Type
    Fire Alarm Maintenance
    Currently viewing
    Solicitation
    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.
    Facility Maintenance Contract IDIQ Sources Sought
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking industry capabilities for a Facility Maintenance Contract (FMC) Indefinite Delivery Indefinite Quantity (IDIQ) Support contract for the 55th Wing at Offutt Air Force Base, Nebraska. This procurement aims to gather information on comprehensive facility maintenance, repair, inspection, and operation services, which are critical for ensuring the continuous, safe, and efficient operation of infrastructure and systems at the base. The contract will encompass a wide range of services, including preventative and corrective maintenance, emergency repairs, and compliance with regulatory standards, with individual Task Orders issued to address specific needs. Interested parties should contact Casey Hupton at casey.hupton.1@us.af.mil or Nichole Barragan at nichole.barragan.2@us.af.mil for further information, as the government is evaluating responses to inform its acquisition strategy.
    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.
    Base Alarm Services - Los Angles Air Force Base
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking small businesses to provide Base Alarm Services at Los Angeles Air Force Base (LAAFB). The procurement aims to establish a Firm-Fixed Price (FFP) contract for maintenance and repair of the base's alarm and CCTV systems, which includes tasks such as cleaning, scheduling, and troubleshooting network issues related to the alarm system and surveillance equipment. This opportunity is critical for ensuring the security and operational readiness of the base, requiring expertise in network configurations and maintenance of proprietary software and equipment. Interested parties must submit an eight-page narrative detailing their capabilities by responding to the sources sought notice, with questions due by December 15, 2025, to Lt Dorian Maynard at dorian.maynard.1@spaceforce.mil or TSgt Kenneth Sparks at kenneth.sparks.2@spaceforce.mil.
    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.
    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.
    B185 Cooling Tower Repairs
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the B185 Cooling Tower Repairs project at Offutt Air Force Base in Nebraska. The primary objective is to procure and replace two cooling tower fan transmissions, associated hardware, and a new fan motor for Tower 2, ensuring the proper functioning and maintenance of the cooling systems. This project is critical for maintaining operational efficiency and safety at the base, with a total estimated award amount of $19 million and a performance period scheduled from January 1, 2026, to March 31, 2026. Interested contractors must submit their offers by December 17, 2025, at 11:00 AM CST, and can direct inquiries to SSgt Eyvind Boyesen or Mr. Daniel Kuchar via the provided email addresses.
    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.
    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.
    50 CES Burn Tower Maintenance Re-acquisition
    Dept Of Defense
    The Department of Defense, through the 50th Contracting Squadron, is seeking qualified contractors for the maintenance and inspection of the Fire Department Burn House and firefighting training props at Schriever Space Force Base (SSFB) in Colorado. The contractor will be responsible for providing all necessary labor, materials, and equipment to ensure compliance with National Fire Protection Association standards and manufacturers’ specifications, including annual inspections and emergency repairs. This total small business set-aside contract is structured for a single annual maintenance visit with options for up to four additional years, with quotes due by January 9, 2026, and questions accepted until December 29, 2025. Interested parties should contact Danielle Hunziker at danielle.hunziker@spaceforce.mil or David Anderson at david.anderson.182@spaceforce.mil for further details.