RFO MAIN BUILDING FIRE ALARM SYSTEM
ID: 140L6224Q0006Type: Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THEBUREAU OF LAND MANAGEMENTWYOMING STATE OFFICECHEYENNE, WY, 82009, USA

NAICS

Fire Protection (922160)

PSC

EQUIPMENT AND MATERIALS TESTING- FIRE CONTROL EQUIPMENT (H212)

Set Aside

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

    The Bureau of Land Management (BLM) is seeking proposals for the replacement of the outdated fire alarm system at its Rawlins Field Office in Wyoming. The project aims to install a modern, addressable fire alarm system that complies with current safety regulations and technological standards, as the existing system is no longer serviceable due to obsolete components. This procurement is critical for ensuring the safety and security of the facility, aligning with federal safety codes and standards, including those outlined by the National Fire Protection Association (NFPA). Interested contractors must submit their proposals by September 23, 2024, with the performance period set from September 30, 2024, to January 31, 2025. For inquiries, contact Antoinette Nelson at amnelson@blm.gov or call 307-775-6043.

    Point(s) of Contact
    Nelson, Antoinette
    (307) 775-6043
    (307) 775-6317
    amnelson@blm.gov
    Files
    Title
    Posted
    The U.S. Department of the Interior's Bureau of Land Management (BLM) has initiated a project to replace the outdated fire alarm system at its Rawlins, Wyoming Field Office. The current system's components are obsolete, making it impossible to source replacement parts. The project entails removing the existing fire alarm equipment and installing a modern, addressable equivalent, including various detectors, alarm devices, and control panels. The scope of work encompasses pre-construction tasks, construction activities, and project close-out procedures, with all operations expected to minimize disruption and maintain safety standards. The anticipated timeline for project commencement is August 2023, with completion projected by November 2023. The contract will follow a fixed-price model, requiring detailed proposals, including cost breakdowns and compliance documentation, to ensure adherence to BLM standards and regulations. The overall goal of this project is to enhance fire safety within the facility, ensuring operational efficacy and regulatory compliance.
    The document outlines fire alarm and special systems plans for a two-story building, specifically detailing technical requirements for installation and compliance with safety standards. The first floor's plan emphasizes connecting to the fire alarm control panel for elevator recall, incorporating weatherproof horn/strobe units near access points, and ensuring the correct number and placement of smoke detectors as per the National Fire Protection Association (NFPA) requirements. For the second floor, instructions are provided for installing duct detectors for both supply and return ducts, with notes to consult the mechanical contractor for precise quantities and locations. The activation of duct detectors is designed to shut down associated roof-top air handling units. Special attention is given to the arrangement of remote indicating lights and smoke detectors, which must also conform to NFPA guidelines. Overall, the document serves as a comprehensive blueprint for implementing safety systems in line with federal and local safety regulations, ensuring that installation meets the necessary precautions and standards for fire safety in government facilities. The emphasis on adhering to guidelines underscores the importance of safety compliance in building operations.
    The document outlines the electrical system requirements for the Farmington Fire Facilities project in Farmington, NM, emphasizing a comprehensive design approach. The Design Build Contractor (DBC) is tasked with ensuring compliance with federal and national standards, including BLM Codes and NECA guidelines. Key specifications include utilizing UL-listed materials, copper wiring, balanced phases, and maximum voltage drop limitations. The document details design requirements for various electrical systems, including power distribution, lighting, fire detection and alarm systems, and security measures. Submittal requirements during the design and construction phases are specified, ensuring that electrical drawings are coordinated with architectural plans, and compliance is verified through detailed analyses and reviews. Additionally, specific components such as conduits, receptacles, and fire alarm systems are described, including labeling and installation standards. The fire detection and alarm system must be modular and microprocessor-based, providing comprehensive monitoring capabilities and remote reporting. This document serves as a crucial guideline for federal RFPs, ensuring the project meets safety, regulatory, and operational standards for fire facilities, reflecting the government's commitment to efficient and safe emergency response infrastructure.
    The Bureau of Land Management (BLM) outlines its Building Codes and Standards to ensure compliance with federally recognized codes and national standards for construction and alteration of federal buildings. This document emphasizes the adherence to the Public Buildings Amendments of 1988, mandating that BLM projects align with nationally recognized model codes, such as the International Building Code (IBC) and accompanying standards like the National Fire Protection Association (NFPA) codes. Although federal buildings are exempt from state and local codes, BLM encourages compliance where feasible, with provisions for addressing code conflicts reported to the BLM National Operations Center Architecture/Engineering Branch. The document specifies the key nationally recognized codes to be utilized for all projects, alongside details for compliance assessment during design phases, ensuring safety, accessibility, and energy efficiency in federal building projects. Additionally, it stresses the importance of documenting compliance with various construction standards through detailed project documentation, reinforcing BLM's commitment to high safety and performance standards in federal construction activities.
    The document outlines a bid schedule for the replacement of a fire alarm system. It specifies that one complete system is to be replaced (1 LS) and provides a space for detailing the cost per unit as well as the total cost associated with this task. This succinct structure aims to solicit bids from suppliers or contractors who can fulfill the requirements for a new fire alarm system installation. The focus on one complete system indicates a streamlined project proposal, likely intended for compliance with safety regulations and to improve emergency response capabilities. The document's simplicity reflects typical practices in government Requests for Proposals (RFPs), emphasizing transparency and clear cost estimation in procurement processes. Overall, the aim is to ensure the efficient and effective replacement of safety equipment critical for building occupant protection.
    This government document outlines a Request for Proposal (RFP) for the replacement of the existing fire alarm system at the Rawlins Field Office in Rawlins, Wyoming. The project seeks commercial items and services with a specified performance period from September 30, 2024, to January 31, 2025. The RFP includes various codes and clauses regulating the acquisition, including terms related to small business classifications, payment policies, and compliance with federal regulations, such as the Buy American clause. The document emphasizes the importance of qualifying vendors, including those identified as service-disabled veteran-owned small businesses and economically disadvantaged women-owned small businesses. It requires contractors to adhere to certain labor standards and encourages the use of biobased products. Submission details, contact information for inquiries, and specific instructions for preparing proposals are provided, along with a deadline for offer submissions by September 23, 2024. Overall, this RFP represents an essential step in enhancing safety at federal facilities and ensuring that contracts are awarded in compliance with applicable laws and regulations.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    Remove, Furnish and Install Fire Alarm B335
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the removal, furnishing, and installation of a new fire alarm system at Building 335 on Little Rock Air Force Base in Arkansas. The contractor will be responsible for providing all necessary personnel, tools, materials, and services to complete the installation in compliance with federal, state, and local regulations, with a completion timeline of 180 days from the award date. This project is critical for ensuring the safety and security of the facility, as it involves the installation of a Monaco fire alarm system, which is essential for effective fire detection and notification. Interested contractors must submit their proposals by September 24, 2024, and are encouraged to attend a site visit scheduled for September 19, 2024, at 09:00 AM CDT. For further inquiries, potential bidders can contact A1C Caleb Munyi at caleb.munyi.ke@us.af.mil or by phone at 501-987-8113.
    H--FIRE SPRINKLER BLOCKAGE INSPECTIONS
    Active
    Interior, Department Of The
    The Bureau of Land Management (BLM) within the Department of the Interior is seeking a contractor for fire sprinkler blockage inspections and gauge replacements at various facilities in Elko, Nevada. The contractor will be responsible for inspecting six fire sprinkler systems for blockages, replacing any gauges older than five years, and ensuring compliance with the National Fire Protection Association Standard 25. This initiative is crucial for maintaining the operational reliability and safety of fire suppression systems in federally managed facilities. Proposals are due by September 23, 2024, with the performance period set from September 24 to November 30, 2024. Interested contractors can contact Nakea Hughes at nnhughes@blm.gov or by phone at 775-861-6302 for further details.
    J--Burley Fire Office HVAC System Replacement
    Active
    Interior, Department Of The
    The Bureau of Land Management (BLM) is soliciting proposals for the replacement of the HVAC system at the Burley Fire Office in Idaho. The project involves the complete demolition of outdated HVAC systems and the installation of new energy-efficient units, including two-stage gas furnaces and programmable thermostats, in compliance with federal standards and building codes. This initiative is crucial for maintaining optimal climate control in government facilities while promoting energy efficiency and environmental responsibility. Interested small businesses must submit their electronic quotes by September 20, 2024, with a project budget estimated between $25,000 and $100,000. For further inquiries, contractors can contact Heather McBride at hmcbride@blm.gov or by phone at 208-373-3993.
    Fire Alarm System Upgrade
    Active
    Treasury, Department Of The
    The Department of the Treasury, through the Bureau of the Fiscal Service, is seeking qualified vendors to provide an upgrade to the fire alarm system at the Armed Forces Retirement Home (AFRH) in Gulfport, Mississippi. The procurement aims to enhance the existing fire alarm control system, allowing for control from two locations, establishing a backup control point, and ensuring compliance with NFPA national fire code standards. This upgrade is critical for maintaining safety measures within the facility, which serves retired military personnel. Interested vendors must submit their written responses by 10:00 a.m. ET on September 26, 2024, including company details and evidence of capability to meet the requirements, to purchasing@fiscal.treasury.gov.
    Thurgood Marshall Federal Judiciary Building Fire Alarm Replacement
    Active
    Architect Of The Capitol
    The Architect of the Capitol is seeking contractors for the Thurgood Marshall Federal Judiciary Building Fire Alarm Replacement project, which involves comprehensive labor, materials, and equipment to execute the work as per the provided specifications and drawings. The project, identified by number SC 22005R, is crucial for enhancing the safety and operational efficiency of the building's fire alarm system, with an estimated construction value ranging from $9 million to $14 million. Key deadlines include a pre-proposal site visit on October 10, 2024, and proposal submissions due by December 12, 2024, with inquiries accepted until October 30, 2024. Interested parties should contact Roman Davydov at roman.davydov@aoc.gov for further information.
    PSFB Fire Alarm System (FARS) Upgrade
    Active
    Dept Of Defense
    The Department of Defense, through the 21st Contracting Squadron at Peterson Space Force Base, is soliciting quotes for the upgrade of the Fire Alarm System (FARS) across multiple buildings on the base. This project involves the replacement and enhancement of network switches and Uninterrupted Power Supply (UPS) systems, ensuring compliance with safety and environmental regulations while utilizing energy-efficient products. The upgrade is critical for maintaining operational readiness and safety standards at the facility, with a project completion timeline of 180 calendar days. Interested vendors must submit their quotes by September 25, 2024, and can contact SrA Langley Davis at langley.davis@spaceforce.mil or Amanda Davidson at amanda.davidson.5@spaceforce.mil for further information.
    H--Fire, alarm, sprinkler sys insp, Mt Rainier NP
    Active
    Interior, Department Of The
    The National Park Service is seeking qualified contractors to provide fire alarm and sprinkler system inspection services at Mount Rainier National Park. The procurement aims to ensure compliance with National Fire Protection Association (NFPA) standards by testing, identifying, and reporting deficiencies in the park's fire safety systems. These services are critical for maintaining emergency readiness and safety across federal facilities, particularly in areas with seasonal access restrictions. Interested small businesses must submit their quotations by 9:00 AM Pacific Time on September 23, 2024, and direct any inquiries to Hal Hoversten at halhoversten@nps.gov.
    Fire Alarm Maintenance
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors for fire alarm maintenance services at Offutt Air Force Base in Nebraska. The procurement involves troubleshooting and repairing fire alarm panel faults, replacing a control panel display screen, and procuring fire alarm equipment, with all services to be performed in accordance with the Performance Work Statement (PWS). This initiative is crucial for maintaining the operational integrity and safety of fire alarm systems within military facilities. Interested parties must submit their price quotations and technical approaches by September 26, 2024, and should direct any questions to Morgan Hockaday at morgan.hockaday@us.af.mil or Jacob Saunders at jacob.saunders.3@us.af.mil.
    Replacement of fire alarm initiating devices and wires
    Active
    Dept Of Defense
    Presolicitation DEPT OF DEFENSE DEFENSE LOGISTICS AGENCY is seeking a contractor to replace fire alarm initiating devices and wires in Building 100, DLA Distribution San Joaquin CA (DDJC), Tracy Site, Tracy CA 95304. The contractor will replace existing Apollo-Series software protocol devices with new Velociti-Series addressable devices, replace conventional initiating circuit copper wiring with new addressable communication cables, replace fire sprinkler flow & tamper switches monitor modules with new Velociti-series addressable devices, replace manual pull stations with new Velociti-series addressable stations, replace smoke, duct & heat detection devices with new Velociti-series addressable devices, provide all device circuit terminations, final connections, testing, labeling, submittals, as-built drawings, test reports, guarantees, closeouts, and programming of all devices. The work must be completed within 120 calendar days from receipt of the Notice to Proceed (NTP). The acquisition is set-aside 100% for Small Business concerns. The NAICS Code for this procurement is 238210. The small business size standard is $15,000,000. The magnitude of this construction effort is between $250,000.00 and $500,000.00. The tentative timeframe for issuance of Invitation for Bid (IFB) SP3300-16-B-0009 is on or around July 30, 2016. Prospective offerors must be registered in the System for Award Management (SAM) Database at http://www.sam.gov.
    ILWW - Fire System Upgrade
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, is seeking qualified contractors for the modernization of fire alarm and monitoring systems at the Illinois Waterway Project Office in Peoria, Illinois. The project involves removing existing components and installing a new addressable fire alarm system that complies with local fire department regulations, ensuring a turn-key solution upon completion. This procurement is crucial for enhancing safety protocols and compliance with federal regulations regarding fire detection systems in government facilities. Interested small businesses must acknowledge receipt of the solicitation amendments and submit their proposals by the specified deadlines, with primary contacts being Kate Behrens and Nicholas Moore, reachable via their respective emails.