113 OG Fire Sprinkler/Fire Alarms
ID: W50S6W25Q0002Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW7M1 USPFO ACTIVITY DCANG 113JB ANDREWS, MD, 20762-5011, USA

NAICS

Electrical Contractors and Other Wiring Installation Contractors (238210)

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 Army, is soliciting proposals from qualified small businesses for the design, fabrication, and installation of fire sprinkler and alarm systems at Joint Base Andrews, Maryland. The project entails creating a complete and operational Fire Sprinkler and Alarm System for Building 1217, which is part of a Secure Compartmentalized Information Facility (SCIF), and replacing the existing fire alarm system in Building 2493 with a new Monaco MAAP-X system. This initiative is crucial for enhancing fire safety measures at military installations and ensuring compliance with military guidelines and safety regulations. Interested contractors must submit their quotations by May 30, 2025, following a site visit on May 9, 2025, with the anticipated contract award date set for June 15, 2025. For further inquiries, potential bidders can contact Stacey Little at stacey.little.1@us.af.mil or Bo Im at bo.im.1@us.af.mil.

    Files
    Title
    Posted
    The document outlines a justification review for a procurement request by the National Guard Bureau for a Monaco MAAP-X Fire Alarm Panel and associated devices, totaling $69,313.48. This procurement is classified as a sole-source acquisition under the authority of 41 USC 1901 and FAR 13.106-1(b)(1), necessitated by the requirement for compatibility with existing systems at Joint Base Andrews. The contractor is responsible for designing, fabricating, and installing a complete fire sprinkler and alarm system within two specified buildings, ensuring compliance with operational guidelines, public laws, and manufacturer instructions. A brand name request indicates that the specific panel is uniquely suited for the project, as alternatives would not fulfill the system interoperability requirements. The request includes certification from relevant personnel affirming the accuracy and completeness of the supporting data, and it asserts that while this brand name component represents a small fraction of the overall requirement, competitive measures will be undertaken for the larger portions of the project. This review process exemplifies meticulous adherence to procurement protocols, demonstrating the government's commitment to maintaining operational safety and regulatory compliance.
    The document addresses inquiries related to Solicitation Number W50S6W25Q0002 for Fire Alarm and Sprinkler Repair. It clarifies specific requirements such as the addition of sprinkler heads to the SCIF, accessibility of sprinkler mains, and the necessity of duct detectors for an upcoming HVAC unit. The document states that as-built drawings for fire systems are unavailable, and while drawings are provided to a specified individual, current specifications are not included. Important points include the stipulation of compliance with UL 864 for fire alarm systems and confirmation that existing eye wash FA modules will be monitored by the new system. There is a directive that a migration to a different fire alarm panel is not permitted. The record underscores the project's focus on ensuring fire safety compliance and proper equipment redevelopment in designated facilities while also outlining procedural specifics relevant to the contractors involved in the request for proposals (RFP). This summary highlights the key details necessary for interested parties to understand the scope and requirements of the project.
    The Statement of Work outlines the requirements for repairing and upgrading fire sprinkler and alarm systems at Buildings 1217 and 2493 on Joint Base Andrews. The contractor is responsible for all materials, labor, and management to design and install a comprehensive Fire Sprinkler and Alarm System, compliant with military guidelines, building codes, and safety regulations. Key tasks include fabricating a new fire sprinkler system for Building 1217's SCIF area, replacing an outdated alarm system in Building 2493 with a Monaco MAAP-X system, and ensuring compatibility with existing base communication systems. The contractor must conduct load and battery calculations, provide shop drawings for review, and coordinate closely with the JBA Fire Department. Essential guidelines on electrical work, roof penetrations, and environmental compliance are specified. Additionally, the document emphasizes security protocols for contractor access, requiring proper identification and adherence to safety regulations while working on site. Compliance with warranty terms and maintaining a clean work area is mandatory. Overall, this project highlights the government's commitment to enhancing fire safety measures at military installations while ensuring regulatory compliance and operational effectiveness.
    The document outlines a Statement of Work for the installation and repair of fire sprinkler and alarm systems at Joint Base Andrews, specifically for Buildings 1217 and 2493. The project includes designing a fire sprinkler system for the newly established Secure Compartmentalized Information Facility (SCIF) in Building 1217 and replacing an outdated fire alarm system in Building 2493 with a modern Monaco MAAP-X panel. The contractor is responsible for adhering to building codes and federal regulations while ensuring the work meets Joint Base Andrews' design guidelines. Key tasks include installation of new fire alarm components, electrical work, roof and ceiling penetrations for system integration, and providing requisite materials and documentation. The contractor must also provide ongoing safety and security compliance, documentation, and maintain the worksite's cleanliness throughout the project. The project ultimately emphasizes efficient risk management, adherence to standards, and completion of tasks within stipulated timelines to enhance fire safety on the base.
    The document is a combined synopsis and solicitation for a Request for Quotation (RFQ) numbered W50S6W-25-Q-0002, specifically targeted at small businesses in the electrical contracting sector with a size standard of $19 million. The RFQ involves the design, fabrication, and installation of a Fire Sprinkler and Alarm System in Building 1217 and the replacement of the Fire Alarm System in Building 2493 at Joint Base Andrews, Maryland. Key dates include a posting date of April 30, 2025, a response due date of May 30, 2025, and a site visit scheduled for May 9, 2025. Offerors must submit a detailed quote that outlines their technical capabilities, past performance, and pricing in compliance with outlined requirements. Additional instructions specify necessary documentation and conditions for evaluation, emphasizing the importance of compliance with terms and conditions set forth in the solicitation. The award of the contract is anticipated by June 15, 2025, contingent upon the availability of funds. This initiative reflects the government's dedication to enhancing safety at military facilities while promoting small business participation in federal contracting.
    Lifecycle
    Title
    Type
    Combined Synopsis/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.
    Hangar 3211 Fire Suppression Repair
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors for the Hangar 3211 Fire Suppression Repair project at Joint Base McGuire-Dix-Lakehurst in New Jersey. This project involves the demolition and removal of an existing High Expansion Foam fire suppression system and fire alarm system, followed by the installation of a new mass notification fire alarm and HEF system, along with related incidental work. The project is critical for ensuring the safety and operational readiness of the hangar, and it will be conducted in an occupied building, requiring careful coordination to minimize disruption. Interested parties, particularly Service-Disabled Veteran-Owned Small Businesses, should contact Kristen Rodgers at kristen.rodgers.1@us.af.mil or 609-754-4690 for further details.
    Inspection, Test and Maintenance of Fire Alarm Systems at Commander, Fleet Activities Chinhae, South Korea
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for the inspection, testing, and maintenance of fire alarm systems at Commander, Fleet Activities Chinhae, South Korea. This procurement aims to ensure the operational readiness and safety of fire alarm systems, which are critical for emergency response and protection of personnel and property. Interested contractors should refer to the attached Request for Quotation (RFQ) and additional documents for detailed requirements. For inquiries, potential bidders can contact Jaeyoun Lee at jaeyoun.lee2.civ@army.mil or by phone at 315-763-5691, or reach out to Hong Jungho at jungho.hong.civ@army.mil or 053-763-5699.
    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.
    Replace Fire Sprinkler Dry Piping, B-232
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command Mid-Atlantic, is soliciting proposals for the replacement of fire sprinkler dry piping in Building 232 at Marine Corps Air Station Cherry Point, North Carolina. This project is exclusively open to specific Mechanical MACC contractors, including Mechworks Mechanical Contractors, Inc., North State Mechanical, Inc., and R&W Construction Company, Inc., with an estimated cost ranging from $250,000 to $500,000 and a completion deadline of 150 calendar days. The work involves the demolition of existing piping and installation of new systems, adhering to strict safety and regulatory standards, including compliance with the Davis-Bacon Act. Proposals are due by January 5, 2026, following a mandatory site visit on December 16, 2025, and interested contractors can reach out to Evan Dumke at evan.c.dumke.civ@us.navy.mil or Meghan J Hislop at meghan.j.hislop.civ@us.navy.mil for further inquiries.
    Solicitation Protective Coating and Marking Services
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for Protective Coating and Marking Services at Joint Base Andrews (JBA) in Maryland. The contractor will be responsible for providing all necessary personnel, equipment, and materials to perform tasks such as airfield rubber removal, striping of airfields, streets, and parking lots, as well as maintaining protective coatings and signs across JBA and its surrounding sites. This procurement is critical for maintaining the operational integrity and safety of airfield and pavement markings, which are essential for military operations. Interested contractors, particularly those that are Service-Disabled Veteran-Owned Small Businesses, must register in the System for Award Management (SAM) and submit a Base Access Letter by December 17, 2025, to attend a site visit scheduled for December 19, 2025. The contract has a maximum ceiling of $9.5 million and a minimum order of $2,000, with proposals due by January 7, 2026. For further inquiries, potential bidders can contact Cameron Cox at cameron.cox.8@us.af.mil or Allen Tang at allen.tang@us.af.mil.
    Notifiers
    State, Department Of
    The U.S. Department of State (DOS), specifically the Bureau of Overseas Buildings Operations (OBO), is seeking services to procure Notifier brand fire alarm equipment for its overseas posts. The primary objective of this procurement is to maintain, repair, and support fire protection systems, ensuring compliance with fire and life safety codes, Department policy, and Federal laws. These fire alarm systems are critical for ensuring safety at U.S. facilities abroad and are installed by contractors in both new and existing constructions. Interested vendors should submit their statements of interest and capability by December 19, 2025, at 10 AM (EST) to Theresa Hunt at huntt@state.gov, as this opportunity is part of a planned Blanket Purchase Agreement (BPA) under NAICS code 561621.
    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.
    Fire Sprinkler System Inspection and Repair Services at PEWARS
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army through the W072 Endist Pittsburgh office, is seeking contractors to provide fire sprinkler system inspection and repair services at the Pittsburgh facility. The procurement involves comprehensive inspection and repair tasks for existing wet-pipe fire sprinkler systems in Buildings N-104 and T-1002, adhering to various National Fire Protection Association (NFPA) standards and Occupational Safety and Health Administration (OSHA) regulations. This work is critical for ensuring the safety and compliance of fire protection systems, which play a vital role in safeguarding personnel and property. Interested contractors can reach out to Lisa Bisnette at lisa.d.bisnette@usace.army.mil or call 412-395-7556 for further details regarding the Performance Work Statement and submission requirements.
    Z1DA--PN: 568-24-106, Upgrade Fire Alarm System (FM)
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking qualified contractors for the upgrade of the Fire Alarm System at the Black Hills Health Care System - Fort Meade Campus in South Dakota. This project, identified as number 568-24-106, involves a comprehensive upgrade to the existing fire alarm system, which must be compatible with Johnson Controls, Inc. components, and includes tasks such as demolition, installation of new devices, and electrical work. The contract is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), with an estimated construction magnitude between $2,000,000 and $5,000,000, and a Period of Performance of 670 calendar days. Interested bidders must be registered in the System for Award Management (SAM) and certified as SDVOSB, with the Invitation for Bids (IFB) expected to be issued around November 21, 2025. For further inquiries, contact Contract Specialist John Breyer at john.breyer@va.gov.