ILWW - Fire System Upgrade
ID: W912EK24R0037Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW07V ENDIST ROCK ISLANDROCK ISLAND, IL, 61299-5001, USA

NAICS

Security Systems Services (except Locksmiths) (561621)

PSC

MISCELLANEOUS ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS (6350)

Set Aside

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

    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.

    Point(s) of Contact
    Files
    Title
    Posted
    The document is a comprehensive inventory of fire safety devices across various locations, detailing the types, addresses, and specific locations of each device. It includes manual pull stations, photo smoke detectors, heat detectors, flame detectors, and outdoor sirens. Each entry is organized by device type, with multiple instances listed for individual spaces, such as offices and equipment rooms. Furthermore, some areas are marked with **indicating the need for additional devices. The purpose of this detailed inventory seems to align with governmental safety regulations, possibly as part of an RFP or grant proposal aiming to enhance fire safety measures in public or government buildings. The documentation indicates a thorough approach to ensuring compliance with safety standards while identifying gaps in current fire detection systems that may require attention. The systematic categorization of device types and locations underscores the importance of maintaining an effective fire safety protocol, particularly for preventing fire hazards in diverse building environments.
    This government document serves as an amendment to a solicitation related to a Request for Proposal (RFP) from the U.S. Army Corps of Engineers for a Fire System Upgrade at the Illinois Waterway Project Office. The amendment updates pertinent information, including a scheduled prebid meeting on September 12, 2024, at the project office in Peoria, Illinois. The meeting is designed to inform contractors about the project details and facilitate site visits. Contractors interested in participating must make arrangements 24 hours in advance with the designated contact. Importantly, acknowledgments of this amendment must be received by the designated office prior to the specified deadline to avoid potential rejection of offers. Overall, the document reinforces the procedural aspects of the solicitation process, including requirements for attendees and submission of amendments, ensuring clarity and compliance for prospective contractors in the context of federal contracting.
    The document is an amendment to a solicitation or contract pertaining to an action by the U.S. Army Corps of Engineers, specifically contract W912EK24R0037, modification number 0002. It indicates that the solicitation is being amended due to significant changes in requirements, which necessitated cancelling the initial solicitation. The contract's effective date is recorded as September 17, 2024, and all previous terms remain in force unless altered by this amendment. It emphasizes the importance of acknowledging receipt of the amendment prior to the specified deadline to avoid offer rejection, and outlines methods for doing so, including submission of copies or separate communications. The document is structured with sections that direct the reader to acknowledge changes and provides a space for the contracting officer's signature, reinforcing formal communication protocols within federal contracting processes. This amendment underscores adherence to federal acquisition regulations while emphasizing the need for ongoing compliance with project requirements as they evolve.
    The document outlines a Request for Quotation (RFQ) for the modernization of the fire alarm and monitoring systems at the US Army Corps of Engineers (USACE) Illinois Waterway Project Office in Peoria, IL. The scope of work includes removing existing components, designing, and installing a new addressable fire alarm system that complies with local fire department regulations and meets safety standards. The contract is structured as a Firm Fixed-Price (FFP) arrangement, requiring the contractor to provide one year of continuous monitoring and subsequent annual inspections for compliance certification. Additional work involves shifting old system panels and utilizing existing infrastructure unless it fails to meet compliance. The RFQ stipulates that offers must be submitted with various certifications and registration details, emphasizing the importance of contractor qualifications. A portion of the document details security requirements and background checks for contractors while addressing compliance with federal acquisition regulations. The proposal is designated for a small business set-aside, underlining a commitment to promote small business participation in federal contracts.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    183 CES Repair Base Fire Alarm System
    Active
    Dept Of Defense
    Presolicitation DEPT OF DEFENSE DEPT OF THE ARMY is seeking a Total Small Business Set-Aside contractor to provide repair services for the fire alarm system at the 183d Wing in Springfield, IL. The existing system is in disrepair and does not meet state and federal code. The contract duration is 180 days and the project is set aside 100% for Small Business. Interested contractors must register in SAM and the solicitation will be available on the Contract Opportunities website.
    183 CES Repair Fire Suppression Building 15
    Active
    Dept Of Defense
    Presolicitation notice from the Department of Defense, Department of the Army, is seeking a contractor to provide repair services for the fire suppression system in Building 15 at the 183d Wing, Illinois Air National Guard Base in Springfield, Illinois. The existing system is in disrepair and does not meet state and federal code restrictions. The contract duration is 180 days, and the project is set aside 100% for Small Business. The estimated value of the project is between $500,000 and $1,000,000. Interested contractors must be registered in SAM and can access the solicitation and associated information on the Contract Opportunities website. The tentative date for issuing the solicitation is late May 2024, with a pre-bid conference scheduled for early-mid June 2024.
    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.
    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.
    Fire Alarm BPA Fort Drum NY
    Active
    Dept Of Defense
    Presolicitation DEPT OF DEFENSE DEPT OF THE ARMY is seeking multiple businesses to enter into a Blanket Purchase Agreement (BPA) for Fire Alarm services at Fort Drum, NY. The services include fire alarm sales combined with installation, repair, or monitoring services. The BPA calls may be below $25,000 and sporadic in nature. The Contractor must be able to accept the Government Purchase Card (GPC) and submit invoices in Wide Area Workflow (WAWF). BPAs will be evaluated annually and may remain in place for up to five years. Interested parties must be registered with the System for Award Management Registration (SAM) under NACIS code 561621. The registrations can be done through System for Award Management (SAM) for free. Any interested party should submit their DUNS number, CAGE Code, and Tax ID number to SFC Timmons.
    Mingo JCCC Inspect and Test Fire Alarm Systems
    Active
    Agriculture, Department Of
    The Department of Agriculture, specifically the Forest Service at the Mingo Job Corps Center, is seeking qualified small businesses to perform inspection and testing of fire alarm systems at their facility located in Puxico, Missouri. The objective of this procurement is to ensure that life safety systems are operational at all times, thereby safeguarding the students and staff in the event of an emergency. This opportunity is particularly important as it involves maintaining compliance with safety regulations and ensuring the reliability of critical safety equipment. Interested parties are encouraged to submit their capabilities statements and Unique Entity Identifier (UEI) electronically to Gary Durham at gary.durham@usda.gov, as this is a sources sought synopsis aimed at gathering information for a potential future solicitation. No proposals are currently being accepted, and there is no funding amount specified at this stage.
    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.
    Z--Fire Alarm Mass Notification for Buildings 400, 3212A, 112 and 160.
    Active
    Dept Of Defense
    The DEPT OF DEFENSE, specifically the DEPT OF THE NAVY, is seeking a Fire Alarm Mass Notification system for Buildings 400, 3212A, 112, and 160 at Naval Station Great Lakes, IL. This project is being awarded as an 8(a) Sole Source Award. The system will be used for fire alarm and mass notification purposes.
    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.
    PRESOLICITATION NOTICE FOR INDEFINITE DELIVERY, INDEFINITE QUANTITY, MULTIPLE AWARD TASK ORDER CONTRACT FOR VARIOUS SMALL CONSTRUCTION PROJECTS IN ILLINOIS AND INDIANA
    Active
    Dept Of Defense
    Presolicitation Notice for Indefinite Delivery, Indefinite Quantity, Multiple Award Task Order Contract for Various Small Construction Projects in Illinois and Indiana The Department of Defense, specifically the Department of the Army, through the Chicago District of the U.S. Army Corps of Engineers, is planning to procure an Indefinite Delivery Indefinite Quantity Contract for Various Small Construction Projects in Illinois and Indiana. This contract will include one ordering period lasting two years, with a maximum aggregate value of $25,000,000.00. The construction projects will involve various elements such as potable water supply and storage, stormwater detention, treatment and distribution systems, sanitary, storm, and water pipeline installation and lining, drainage structures, pump and lift stations, wastewater treatment and water treatment system upgrades, supervisory control and data acquisition (SCADA), and site restoration including pavements, curb and gutter, sidewalks, seeding, and sodding. The work will be issued through negotiated firm-fixed price task orders, and the contractor will be responsible for providing all supervision, labor, supplies, and materials necessary for the completion of the tasks. The contract(s) will be awarded to small business concerns that submit proposals conforming to the solicitation and are within a technical/price competitive range. The evaluation factors include Technical Approach, Past Performance, and Price. Interested offerors must register with the System for Award Management (SAM) and the DoD Procurement Integrated Enterprise Environment (PIEE) to access the solicitation and submit proposals. The solicitation documents will be available in the fourth quarter of fiscal year 2024. To be eligible for award, the offeror must be registered in the System for Award Management (SAM). The Point of Contact for this acquisition is Ericka Hillard at (312) 846-5378 or ericka.d.hillard@usace.army.mil. The contracting office for this procurement is the USACE Chicago District, located at 231 SOUTH LaSALLE STREET, SUITE 1500, Chicago, IL 60604. The solicitation number to be referenced in all correspondence is W912P624R0010.