Replace CO Detectors
ID: FA462025QA926Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA4620 92 CONS LGCFAIRCHILD AFB, WA, 99011-5320, USA

NAICS

Security Systems Services (except Locksmiths) (561621)

PSC

INSTALLATION OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS (N063)

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 seeking proposals for the replacement of carbon monoxide (CO) detectors at Fairchild Air Force Base in Washington. The project involves the removal of 24 existing smoke detectors and the installation of new multisensor smoke/carbon monoxide detectors, ensuring compatibility with the existing fire alarm system and compliance with NFPA regulations. This initiative is critical for maintaining safety standards within federal facilities and is set aside for small businesses under NAICS code 561621. Interested vendors must submit their proposals by February 25, 2025, and can direct inquiries to Brandon Teague at brandon.teague.1@us.af.mil or Evan Maddox at evan.maddox@us.af.mil.

    Files
    Title
    Posted
    The 92d Contracting Squadron has issued a Request for Quotation (RFQ) FA462025QA926 for the removal and installation of 24 brand-name or equal Carbon Monoxide (CO) detectors at Fairchild Air Force Base. This acquisition is designated as a 100% Small Business Set-Aside, with eligibility based on the North American Industry Classification System (NAICS) code 561621, focusing on Security Systems Services. Interested vendors must be registered in the System for Award Management (SAM) to qualify for the contract and are encouraged to provide detailed technical descriptions of their offerings to ensure compliance with the specifications provided in the solicitation. The contract will be structured as a firm-fixed-price agreement, and the awarded vendor is responsible for all labor, materials, and equipment needed for the project, including integration into the existing Fire Alarm System. The evaluation of quotes will prioritize price and compliance with various federal regulations, with a submission deadline set for February 18, 2025. This RFQ reflects the government's commitment to enhancing safety through updated security systems while promoting small business participation in federal contracts.
    The 92d Contracting Squadron has issued a Request for Quotation (RFQ FA462025QA926) for the removal and installation of 24 brand-name or equivalent carbon monoxide (CO) detectors at Fairchild Air Force Base. This solicitation follows federal regulations for commercial services and is set aside for small businesses, specifically within NAICS code 561621. Vendors must be registered in the System for Award Management (SAM) to be eligible for award. Quotes must include a technical description of the detectors, completion of the pricing structure, and adherence to various representations and certifications outlined in the RFQ. The proposal is focused on a firm fixed-price contract with key evaluation criteria based on price and compliance with the solicitation requirements. A site visit for interested vendors is scheduled, emphasizing the importance of familiarity with the project location. The government reserves the right to cancel the RFQ without obligation to reimburse any associated costs. This initiative reflects the government’s ongoing effort to maintain and enhance safety systems within its facilities, ensuring compliance with federal acquisition regulations while fostering opportunities for small businesses.
    This document is an amendment to the solicitation FA462025QA926 regarding a contract for fire alarm system upgrades at Fairchild Air Force Base. Issued by the 92nd Contracting Squadron, the amendment addresses queries from potential vendors, providing clarifications essential for bid preparation. Key points include confirmation that the contractor can download the original program for the fire alarm panel after award, as the government does not have it. Vendors must replace existing smoke detectors with new multisensor smoke/carbon monoxide detectors as specified in the Statement of Work (SOW). A site visit for interested vendors is scheduled for February 11, 2024, which may lead to further amendments or questions before the submission deadline on February 18, 2024. The amendment underscores the importance of adhering to solicitation terms and highlights the necessity for vendors to respond appropriately to the amendment. Overall, it ensures clarity and maintains the timeframe and requirements for contractors involved in the proposal process.
    The document is an amendment of a solicitation related to Contract ID FA462025QA926, issued by the 92nd Contracting Squadron at Fairchild Air Force Base, Washington. The purpose of this amendment is to extend the submission deadline for proposals from February 18, 2025, at 1:00 PM PT to February 25, 2025, at the same time. This extension allows the government more time to respond to inquiries that arose during a site visit, with answers to be published in a future amendment. All previous terms and conditions of the solicitation remain unchanged. The amendment also outlines the acknowledgment procedures for offerors regarding this change. The document is a standard form aimed at ensuring transparency and compliance within the government's procurement process, emphasizing the importance of communication and timely submissions from potential contractors.
    This document serves as Amendment 03 for Solicitation FA462025QA926, effective February 19, 2025, issued by the 92nd Contracting Squadron at Fairchild AFB. The amendment primarily addresses inquiries from potential offerors regarding a fire alarm system reprogramming project. Key points include the government's lack of the original programming for the fire panels, requiring bidders to account for full reprogramming in their proposals. The project does not mandate updates to the existing notification system, nor does it involve battery maintenance. Offerors will receive a fire alarm device matrix after awarding the contract and are advised that specific tones related to emergency messaging can be provided post-award. The amendment stipulates that all terms from the original solicitation remain unchanged, and proposals must acknowledge receipt of this amendment by specified methods to avoid rejection. This amendment underscores the importance of clarity in scope and specifications, ensuring all parties are aligned on project requirements and expectations.
    The Statement of Work (SOW) FA462024QA926 outlines the requirements for installing and troubleshooting carbon monoxide detection devices at Bldg 2080, Fairchild Air Force Base, WA. The contractor is responsible for providing all necessary tools, labor, and materials to replace 24 ceiling-mounted smoke/carbon monoxide detectors compatible with the existing EST 3 fire alarm system. The work includes removing old detectors, installing new multisensor devices, resolving a fault in the fire alarm panel, and ensuring compliance with NFPA regulations. The government will provide necessary site access, electrical power, and two expansion cards. Work is to be conducted Monday to Friday, excluding federal holidays, within a maximum projected period of 30 days from contract award. Key specifications for the detectors are detailed, emphasizing compatibility and compliance standards. This document serves as an official solicitation for contractors to provide the necessary services, fostering safety in federal facilities.
    The document pertains to the federal RFP FA462025QA926, focused on the procurement of Carbon monoxide (CO) detectors for CES (Centralized Equipment Services). The attachment referenced, WD 15-5537 (Rev 24), indicates the wage determination associated with the project and is updated as of December 23, 2024. The repeated mention of the same project and attachment suggests an emphasis on the need for compliance with labor standards and guidelines relevant to the installation or maintenance of these detectors. The consistent reference underscores the importance of adhering to federal guidelines surrounding worker wages and working conditions for contractors involved in the procurement process. Overall, the document serves as a formal notification and provides essential guidelines that contractors must follow when bidding on the equipment and services required for the CO detectors under this federal initiative.
    Lifecycle
    Title
    Type
    Replace CO Detectors
    Currently viewing
    Combined Synopsis/Solicitation
    Similar Opportunities
    Fire Station Alerting System
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals from small businesses for the design, delivery, installation, and training of a Fire Station Alerting System at Fairchild Air Force Base in Washington. The project aims to replace aging infrastructure at two fire stations, requiring the contractor to provide all necessary equipment, installation services, and training to ensure a fully functional alerting system that meets specific operational requirements. This procurement is crucial for enhancing emergency response capabilities and maintaining operational readiness for personnel at the base. Interested vendors must submit their quotes referencing RFQ FA462025QA921 by February 27, 2025, and are encouraged to contact Brandon Teague at brandon.teague.1@us.af.mil or Angelo Bolanos at angelo.bolanos@us.af.mil for further inquiries.
    CO2 Fire Suppression System Inspection Service and Hydrostatic Testing
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking contractors to provide CO2 fire suppression system inspection services and hydrostatic testing at Tinker Air Force Base in Oklahoma. The procurement includes annual and semi-annual inspections, preventive and remedial maintenance, and compliance with OEM specifications, ensuring that all fire suppression systems meet safety and operational standards. This opportunity is critical for maintaining operational safety and regulatory compliance within government facilities, reflecting the importance of effective fire safety management. Interested vendors must attend a mandatory site visit on February 21, 2025, and submit their proposals by March 7, 2025, with evaluations based on technical acceptability and pricing. For further inquiries, contact Margaret King at margaret.king.1@us.af.mil or Jaqueline Hughes at jaqueline.hughes@us.af.mil.
    Relocate BEQ Smoke Detectors, B4166 and B4167, Station
    Buyer not available
    The Department of Defense, through the Department of the Navy's NAVFACSYSCOM Mid-Atlantic office, is soliciting proposals for the relocation of smoke detectors in barracks B4166 and B4167 at Marine Corps Air Station Cherry Point, North Carolina. The project, identified as Project Number 7341320, requires contractors to complete the relocation within 90 days of contract award, with an estimated cost range between $25,000 and $100,000. This initiative is crucial for maintaining safety standards and operational efficiency within military facilities, ensuring compliance with federal regulations, including the Davis-Bacon Act for wage determinations. Interested contractors must submit their proposals by March 6, 2025, and are advised to 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 information.
    Sources Sought Announcement - Fire Alarm Control Panels - Renovate Sijan Hall - Phase One at U.S. Air Force Academy, CO
    Buyer not available
    The U.S. Army Corps of Engineers, Omaha District, is conducting a Sources Sought announcement to identify potential sources for Notifier brand fire alarm control panels required for the renovation of Sijan Hall at the U.S. Air Force Academy in Colorado. The project aims to implement a phased construction approach that minimizes disruption to ongoing operations while adhering to Department of Defense safety and sustainability guidelines. The anticipated construction contract, valued between $100 million and $250 million, includes an estimated cost of $125,000 to $225,000 for the fire alarm control panels, with responses due by March 5, 2025. Interested vendors should submit a capabilities statement to Scott Dwyer at Scott.Dwyer@usace.army.mil, detailing their qualifications and compliance with specified requirements.
    Repair Fire Detection System Bldg. 1850
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors to repair the fire detection system at Building 1850 located in Chicopee, Massachusetts. This procurement is aimed at ensuring the safety and operational readiness of the facility by upgrading and maintaining its fire detection capabilities. The work falls under the NAICS code 238210, which pertains to electrical contractors and other wiring installation contractors, and is classified under the PSC code Z2JZ for repair or alteration of miscellaneous buildings. Interested small businesses are encouraged to reach out to the primary contact, Douglas P. Fortin, at douglas.fortin.1@us.af.mil or by phone at 413-557-2513, or the secondary contact, Ewa Gosselin, at ewa.gosselin@us.af.mil or 413-557-2828, for further details regarding this total small business set-aside opportunity.
    Sources Sought Announcement - Fire Alarm Control Panels - Pavement & Maintenance Facility, Grand Forks AFB, ND
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, Omaha District, is seeking potential suppliers for Monaco brand fire alarm control panels for the construction of a Pavement and Maintenance Facility at Grand Forks Air Force Base in North Dakota. The procurement aims to standardize fire alarm systems across multiple locations, enhancing technician expertise and reducing operational inefficiencies, with an estimated project budget between $25 million and $100 million. This initiative is critical for ensuring compliance with safety standards and effective emergency communication, as outlined in the detailed specifications for the fire alarm and mass notification system. Interested vendors must submit their capability statements by February 14, 2025, and can contact Scott Dwyer at Scott.Dwyer@usace.army.mil or 402-995-2584 for further information.
    XTLF 18-1012 Repair Fire Alarm F542
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the repair of the fire alarm system at facility F542. This project falls under the Commercial and Institutional Building Construction category and aims to ensure the safety and functionality of critical electrical and electronic equipment components. The procurement is set aside for small businesses, emphasizing the government's commitment to fostering small business participation in federal contracting. Interested contractors should acknowledge the amendment outlined in the associated document and ensure compliance with federal regulations, with key contacts being Leeanna Nelson at leeanna.nelson@us.af.mil and Thomas Patton at thomas.patton.1@us.af.mil for further inquiries.
    6350015289009; JAN NIMITZ CLASS CVN; P2N DDG-INEGRATED BRIDGE SYSTEM (PBL); PUN EXPEDITIONARY SEA BASE (ESB) SHIP CLASS; ZDN LPD-17 CLASS AMPHIBIOUS TRANSP
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking proposals for an Indefinite Quantity Contract (IQC) related to the procurement of smoke alarms (NSN: 6350-015289009) for use on various naval vessels, including the JAN NIMITZ CLASS CVN and PUN EXPEDITIONARY SEA BASE (ESB) SHIP CLASS. This solicitation is set aside for small businesses and requires that proposals be submitted electronically via the DIBBS system, with a focus on an estimated annual demand of 453 units and a required delivery timeframe of 128 days. The contract will have a five-year base period, with delivery locations across the Continental United States, and the solicitation is expected to be released on January 21, 2025. Interested parties can contact LaDonna Groven at LaDonna.Groven@dla.mil or by phone at 804-279-2370 for further information.
    146 CES Repair Base Wide Fire Alarm System
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is soliciting bids for the repair of the Base Wide Fire Alarm System at the 146th Airlift Wing of the California Air National Guard. This project, classified under NAICS code 238210 for Electrical Contractors, aims to enhance safety and operational efficiency by upgrading the existing fire alarm systems across multiple buildings. The contract is set aside for small businesses, with an estimated budget ranging from $1 million to $5 million, and a performance period of up to 458 calendar days following the notice to proceed. Interested contractors must acknowledge the solicitation amendments and submit their bids by February 27, 2025, at 1:00 PM PDT, with inquiries directed to William Tucker at william.tucker.32@us.af.mil or Toni Wasgatt at toni.wasgatt@us.af.mil.
    16--SENSOR,SMOKE DETECT
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is seeking suppliers for smoke detection sensors under the solicitation titled "16--SENSOR, SMOKE DETECT." This procurement aims to acquire essential components classified under the NAICS code 336413, which pertains to Other Aircraft Parts and Auxiliary Equipment Manufacturing, and the PSC code 1680, related to Miscellaneous Aircraft Accessories and Components. The smoke detection sensors are critical for ensuring safety and operational readiness in naval aircraft systems. Interested vendors can reach out to Dylan E. Payne at 215-697-2579 or via email at DYLAN.E.PAYNE@NAVY.MIL for further details regarding the solicitation process.