Replace Fire Alarm System at U.S. Coast Guard, Narragansett, Rhode Island
ID: 70Z0G125BSSNE00007Type: Solicitation
Overview

Buyer

HOMELAND SECURITY, DEPARTMENT OFUS COAST GUARDCEU PROVIDENCE(000G1)WARWICK, RI, 02886, USA

NAICS

Electrical Contractors and Other Wiring Installation Contractors (238210)

PSC

REPAIR OR ALTERATION OF OTHER ADMINISTRATIVE FACILITIES AND SERVICE BUILDINGS (Z2AZ)

Set Aside

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

    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking bids for the replacement of the fire alarm system at its facility in Narragansett, Rhode Island. The project entails the design and installation of a new addressable class A fire alarm system that complies with National Fire Protection Association (NFPA) standards and ADA requirements, ensuring comprehensive safety across multiple buildings. This initiative is crucial for enhancing fire safety infrastructure at the facility, which plays a vital role in Coast Guard operations. Bids are due by April 1, 2025, with an estimated project cost between $250,000 and $500,000, and interested contractors must provide a 20% bid guarantee. For further inquiries, bidders can contact Nadine Provost at Nadine.M.Provost@uscg.mil or Simon W. Leung at simon.w.leung@uscg.mil.

    Point(s) of Contact
    Nadine Provost, Contract Specialist
    (401) 736-1766
    Nadine.M.Provost@uscg.mil
    Simon W. Leung, Contracting Officer
    (401) 736-1785
    simon.w.leung@uscg.mil
    Files
    Title
    Posted
    The document outlines an Invitation for Bid (IFB) for the replacement of the fire alarm system at the U.S. Coast Guard facility in Narragansett, Rhode Island, issued under solicitation number 70Z0G125BSSNE0007. Bids are due by April 1, 2025, with a total project cost estimated between $250,000 and $500,000, designated as a 100% Total Small Business Set-aside. Bidders are instructed to follow specific submission requirements and include a 20% bid guarantee. The scope of work encompasses design and installation of a new fire alarm system meeting all regulatory and safety standards across various buildings at the site. A mandatory site visit is encouraged for accurate cost estimation. Following contract award, performance is expected to commence within ten days and must be completed within 270 days. Importantly, funds are not currently available, so no awards will be issued until funding is secured. The document includes essential instructions for bidders, necessary compliance regulations, and guidelines on labor, insurance, and subcontractor management required for successful project execution. This invitation reflects the government's effort to enhance safety systems at key facilities while promoting small business participation in federal contracting.
    The U.S. Coast Guard is planning the replacement of the fire alarm station at the Point Judith Coastal Station in Narragansett, Rhode Island. This project aims to enhance safety and compliance by installing a new fire alarm system that meets the latest National Fire Protection Association (NFPA) standards, as well as ADA and state code requirements. The contractor will need to remove existing fire alarm devices, patch and paint the affected areas, and ensure the integration of various components, such as connecting the galley hood extinguishing system to the new control panel. The drawings included in the file outline details like site and floor plans, indicating areas to demolish and install new systems. The project emphasizes the importance of verifying existing conditions and ensuring that any modifications respect the original property setup. Overall, this undertaking reflects a commitment to improving fire safety standards at this multi-mission facility, providing critical updates to the safety infrastructure of the Coast Guard.
    The U.S. Coast Guard is seeking design-build services to replace the fire alarm systems at facilities in Point Judith and Galilee, Rhode Island. The scope involves removing the existing systems and installing new addressable class A fire alarm systems compliant with ADA and NFPA codes. The project includes comprehensive coverage of all spaces in the buildings, interconnection of alarm systems, installation of visual indicators, and ensuring the existing facilities remain operational during work. The contractor is responsible for design and construction, using provided AutoCAD drawings, and must coordinate closely with the Coast Guard representatives. Key requirements include the installation of temporary battery-operated alarms during construction, compliance with safety and environmental regulations, and thorough documentation of all processes, including as-built drawings and warranties. The proposal also emphasizes the importance of clear communication of any disruptions to building operations and ensuring all regulatory requirements are met throughout the project.
    The document is a Bid Bond form (Standard Form 24) used in federal government procurement processes that require a bid guarantee from contractors. It establishes a financial obligation, binding the contractor (Principal) and any Surety to the United States government. The bond ensures that if the contractor fails to finalize the contract or fails to provide necessary bonding after winning a bid, they will be financially liable for any excess costs incurred by the government. Key aspects include: - The necessity for the bond to be effective and executed before the bid opening date. - Details outlining the responsibilities of the Principal and Surety, including their joint and several liabilities. - Conditions that void the obligation, such as timely execution of contract documents and payment of costs exceeding the bid if the contract is not executed. - Instructions for completion, including legal name, type of organization, and applicable seals and signatures, especially from corporate sureties recognized by the Department of Treasury. The purpose of this form is to protect the government from the risk of bid defaults, ensuring that contractors demonstrate their commitment and financial capability when participating in federal contracts.
    Lifecycle
    Similar Opportunities
    Fire Alarm Upgrade
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking contractors for a fire alarm upgrade project for the USCGC OSAGE, located in Sewickley, Pennsylvania. The project involves replacing the existing Notifier AFP 200 fire alarm system with a new Notifier AFP 320 system, which includes inspection, installation, and testing of the new components, while ensuring compliance with applicable safety standards and regulations. This upgrade is crucial for maintaining operational readiness and safety standards for the vessel, reflecting the government's commitment to modernizing its equipment. Interested small businesses must contact Isaiah C. Ragan at isaiah.c.ragan@uscg.mil or 510-437-5429, or Tyler Melton at Tyler.k.melton@uscg.mil or 510-437-5437, with the project expected to commence within 10 days of contract award and completed within 14 days of work commencement.
    Fire Alarm Inspection and Certification - MSU Valdez
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking proposals for a service contract focused on the inspection and certification of fire alarm systems at the Marine Support Unit in Valdez, Alaska. The contractor will be responsible for the inspection, repair, and annual certification of the ANSUL Autopulse Z-10 fire detection and suppression systems, which includes tasks such as hydrotests, valve rebuilds, and leak testing, with a 60-day post-certification service option. This procurement is critical for ensuring the safety and operational readiness of fire control equipment, adhering to federal safety and environmental regulations. Interested bidders should contact Robbin Kessler at robbin.m.kessler@uscg.mil for further details, and are encouraged to conduct site visits prior to proposal submission.
    REPLACE BOILERS MAT BUILDING AT U.S. COAST GUARD, ANT NEW YORK, BAYONNE, NEW JERSEY, PSN 13920142
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is soliciting bids for the replacement of oil-fired boilers at the Maintenance Augmentation Team (MAT) Building located in Bayonne, New Jersey. The project involves removing existing boilers and a storage tank, and installing new natural gas-fired condensing boilers, with an estimated construction cost between $500,000 and $1,000,000. This initiative is crucial for enhancing energy efficiency and operational readiness at a vital Coast Guard facility, while also supporting small business participation through a total small business set-aside. Interested contractors must submit their bids by March 6, 2025, and are encouraged to attend a site visit on February 21, 2025, for further insights into the project requirements. For additional information, contractors may contact Nadine Provost at Nadine.M.Provost@uscg.mil or Simon W. Leung at simon.w.leung@uscg.mil.
    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.
    Repair Fire Detection System Bldg. 1850
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the repair of the Fire Detection System in Building 1850 at Westover Air Reserve Base in Chicopee, Massachusetts. The project involves a complete overhaul of the existing fire alarm system, including the integration of a new Mass Notification System (MNS) to ensure compliance with fire safety regulations. This initiative is critical for maintaining safety standards in federal facilities and is set aside exclusively for small businesses, with an estimated contract value between $100,000 and $250,000. Interested contractors must submit sealed bids by April 1, 2025, following a site visit on March 11, 2025, and are encouraged to contact Douglas P. Fortin at douglas.fortin.1@us.af.mil or Ewa Gosselin at ewa.gosselin@us.af.mil for further information.
    CSS 96484 - Install Fire Alarm System
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for the installation of a fire alarm system under contract number CSS 96484. This procurement aims to enhance safety measures by implementing a reliable fire alarm system, which is crucial for maintaining operational readiness and protecting personnel and assets. The contract is set aside for small businesses, in accordance with FAR 19.5, and falls under the NAICS code 561621 for Security Systems Services (except Locksmiths). Interested vendors can reach out to Ryan Nicklous at ryan.p.nicklous.civ@army.mil or by phone at 609-562-5014, or contact Sharon Wilson-Emmons at sharon.wilson-emmons.civ@army.mil or 609-562-6405 for further details.
    CGC BEAR Fire Suppression Sprinkler Head(s)
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified vendors to supply 42 fire suppression sprinkler heads under solicitation number 2125405Y152138403. This procurement aims to acquire essential firefighting equipment, which is critical for maintaining safety and operational readiness within the Coast Guard's facilities. Vendors must have active registrations in SAM.gov, and the evaluation will focus on price, completeness of requirements, and adherence to delivery timelines, with all deliveries required by April 15, 2025, to a designated address in Baltimore. Interested parties can reach out to Jermond M. Williamson at Jermond.m.williamson@uscg.mil or 571-607-7562 for further details.
    MOBILE BAY Hi-Fog Water Mist Fire Suppression System
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors to provide annual inspection services for the Hi-Fog Water Mist Fire Suppression System aboard the CGC Mobile Bay, located in Sturgeon Bay, Wisconsin. The contractor will be responsible for setting up the water mist system for testing, executing the necessary tests, and ensuring the system is returned to normal operations, while documenting any discrepancies found during the inspection. This procurement is critical for maintaining fire safety compliance and operational readiness of the vessel. Interested parties should contact Donna O'Neal at Donna.J.O'Neal@uscg.mil or 510-393-1145, or Jeramyah George at JERAMYAH.W.GEORGE@USCG.MIL or 510-437-5436 for further details.
    N063--598-22-125 Repair/Replace Fire Alarm Systems - NLR/JLM
    Buyer not available
    The Department of Veterans Affairs is issuing a presolicitation notice for the repair or replacement of fire alarm systems at the Eugene J. Towbin VA Healthcare Center and the John L. McClellan Memorial Veterans Hospital in North Little Rock, Arkansas. The project, designated as RFP number 36C25625R0055, involves upgrading the existing fire alarm systems by replacing the current Edwards system with an EST-4 Fire Alarm Control Panel, including the installation of additional smoke detectors while ensuring minimal disruption in an occupied hospital environment. This initiative is crucial for maintaining safety and compliance within healthcare facilities, with an estimated construction value ranging from $2 million to $5 million and a performance period of 365 days following the notice to proceed. Interested parties must confirm their Service-Disabled Veteran-Owned Small Business (SDVOSB) status and comply with eligibility requirements, with proposals due around April 10, 2025; for further inquiries, contact Contract Specialist Julius Jones at Julius.Jones@va.gov or 501-918-1200.
    DC SHOP ROOF REPLACEMENT
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking contractors for the roof replacement project at the Sector Field Office located in East Moriches, New York. The scope of work includes the removal of the existing roof and plywood, installation of new materials, and the addition of a heating system, roof vents, and stainless steel chimney caps, all while ensuring minimal disruption to facility operations. This project is crucial for maintaining the integrity and safety of the Coast Guard's facilities during renovations. Interested contractors should contact Dakota Sheppard at 228-731-1866 or via email at DAKOTA.J.SHEPPARD@USCG.MIL for further details and to discuss scheduling, as adherence to safety and operational standards is paramount throughout the process.