Fire Alarm Support
ID: W911KF-25-Q-0006Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW6QK ACC ANADANNISTON, AL, 36201-4199, USA

NAICS

Security Systems Services (except Locksmiths) (561621)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- FIRE CONTROL EQUIPMENT (J012)

Set Aside

8(a) Sole Source (FAR 19.8) (8AN)
Timeline
    Description

    The Department of Defense, specifically the Department of the Army, is soliciting proposals for fire alarm support services at the Anniston Army Depot (ANAD) in Alabama. The procurement is focused on the maintenance and support of the Micro Key Millennium Software, which is crucial for monitoring AES radios that report fire alarms, ensuring timely upgrades and maintenance to prevent communication failures during emergencies. This solicitation is a sole-source opportunity directed at Siemens Industry, Inc., and proposals must be submitted electronically by November 6, 2024, at 10:00 AM CST. Interested vendors can contact Crystal Hodges at 571-588-0965 or via email at crystal.l.hodges8.civ@army.mil for further details.

    Files
    Title
    Posted
    The government file outlines a specification for maintaining and supporting the Micro Key Millennium Software at the Anniston Army Depot (ANAD). This software is critical for monitoring AES radios that report fire alarms, making timely upgrades and maintenance essential to prevent communication failures that could delay emergency responses. The contractor will be required to visit ANAD quarterly for equipment maintenance and technical support, as well as train users on significant software changes. They are responsible for their own internet access during visits, and any modifications to the scope of work must come from the Contracting Officer in writing. Acceptance of the completed work will be overseen by the assigned Government Contracting Officer’s Representative (COR). Overall, the document emphasizes the importance of maintaining fire safety communication systems to ensure prompt emergency response at ANAD facilities.
    The document outlines the requirements for providing evidence of authority for individuals signing offers in response to government solicitations. It specifically details the protocols for different business structures, including corporations and partnerships. For corporations, a certificate must be completed by the corporate secretary, certifying that a specified individual has the power to represent and bind the corporation in contractual matters, mentioning any restrictions if applicable. For partnerships or unincorporated firms, a similar certificate is required from all members, confirming the authority of a designated individual to act on behalf of the partnership. The overall aim is to ensure that only authorized individuals can commit their organizations to contractual obligations in the context of federal and state solicitations and grants, thus maintaining legal integrity in the bidding process.
    The document outlines a pre-registration workflow for visitor access to a secure facility, highlighting the necessary steps for visitor registration, ID verification, and background checks. Visitors start by registering via a generic link, after which their data is reviewed by Visitor Control Center (VCC) personnel on a secure portal. If background checks return clear, visitors receive approval via a custom text message detailing pass validity dates. If issues arise during checks, detailed information is available for VCC review. Approved visitors can access the facility using their driver's license or by printing a pass at a kiosk, with validation systems verifying their registration upon entry. Notably, VCC personnel must hold CJIS certification to manage visitor data, ensuring compliance with security standards. This structured process aims to streamline visitor access while maintaining security protocols in federal or state facilities.
    The document outlines a solicitation (W911KF25Q0006) for fire alarm support services at the Anniston Army Depot (ANAD), indicating it is a sole-source procurement directed at Siemens Industry, Inc. The due date for offers is set for November 6, 2024. The solicitation specifies requirements for using Micro Key Millennium Software to monitor AES Radios for fire alarms, along with detailed vendor communication protocols, including the necessity for electronic submissions of offers. It emphasizes compliance with safety and security regulations and outlines points of contact for both the contracting officer and the contractor. Further, the solicitation includes regulations concerning contractor safety and environmental management, including mandatory accident prevention plans. Detailed labor eligibility restrictions for contractor employees on-site are specified to ensure security and safety, highlighting associated consequences for violations. Overall, the solicitation reflects the government’s intent to maintain high safety and operational standards while engaging small businesses for procurement services.
    Lifecycle
    Title
    Type
    Fire Alarm Support
    Currently viewing
    Solicitation
    Similar Opportunities
    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.
    P002 CYBERSECURITY OPERATIONS FACILITY at FORT MEADE, MARYLAND
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, Baltimore District, is seeking vendors for the construction of a Cybersecurity Operations Facility at Fort Meade, Maryland. The procurement specifically requires brand name items, including a Monaco fire alarm radio transmitter and an 1800 Ultra NT Radiant Barrier for RF shielding, which must be compatible with existing equipment as per the project specifications. This initiative is crucial for ensuring that the facility meets operational standards and safety requirements, while also exploring market capabilities for the necessary construction materials. Interested vendors must submit documentation demonstrating alternatives to the specified items by November 5, 2024, at 11:00 AM EST, and can direct inquiries to Qiana Bowman at qiana.l.bowman@usace.army.mil or Michael Getz at michael.j.getz@usace.army.mil.
    Fire Alarm Control Panel (FACP)
    Active
    Dept Of Defense
    The Department of Defense, specifically the Naval Surface Warfare Center Philadelphia, is seeking to procure three Fire Alarm Control Panels (FACP) on a sole source basis from Fairmount Automation under solicitation number N6449825Q5003. The procurement aims to ensure compliance with stringent safety standards for military facilities, requiring the FACP to meet specific specifications, including Federal Supply Class and National Stock Number, with delivery expected by February 14, 2025. This acquisition is critical for maintaining fire safety and operational readiness within Navy installations. Interested parties should direct any inquiries to Joseph Aprile at joseph.w.aprile2.civ@us.navy.mil, as phone calls will not be accepted.
    Combustible Dust Hazard Analysis-Safety
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking qualified contractors to conduct a comprehensive Dust Hazard Analysis at the Anniston Army Depot in Alabama. This project aims to comply with the National Fire Protection Association (NFPA) 652 standards regarding combustible dust hazards, focusing on safety and environmental compliance across 12 buildings that handle various materials. The contract will be a 100% Small Business Set Aside, with a base year and two optional years for continued analysis and consultation, and proposals are due by November 20, 2024. Interested parties should direct inquiries to Lakeeta Beavers at lakeeta.t.beavers.civ@army.mil or 571-588-0956, and must ensure their registration with the System for Award Management (SAM) is current to participate in this procurement.
    Fuel Dispensing PM & ER
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking contractors to provide non-personal maintenance services for Government-owned Fuel Dispensing Equipment at the Anniston Army Depot (ANAD) in Alabama. The procurement includes continuous statistical leak detection for both above and below ground tank systems, emphasizing the importance of maintaining operational integrity and safety of fuel dispensing operations. This full and open solicitation, classified under NAICS code 811490, has an estimated issue date of November 6, 2024, and interested vendors are encouraged to download the solicitation electronically from sam.gov. For further inquiries, potential bidders may contact Contract Specialist Katherine B. Fuller at katherine.b.fuller2.civ@army.mil or by phone at 571-588-0962.
    450Kv X-Ray System
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for the procurement and installation of a new 450Kv X-Ray System at the Anniston Army Depot in Alabama. This project includes the removal of the existing X-Ray system, installation of the new equipment, and training for personnel on its operation, all while ensuring compliance with OSHA and EPA regulations. The X-Ray system is critical for modernizing military equipment and ensuring safety and functionality within military facilities. Proposals are due by November 25, 2024, and interested parties should contact Sara B. Young at sara.b.young.civ@army.mil or 571-588-0975 for further details.
    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.
    146 CES Repair Base Wide Fire Alarm System
    Active
    Dept Of Defense
    The Department of Defense, through the California National Guard, is seeking bids for the Repair Base Wide Fire Alarm System at the 146th Airlift Wing in Port Hueneme, California. The project involves comprehensive renovations, including office spaces, classrooms, and structural components, requiring a firm-fixed-price contract for all necessary labor, materials, and supervision. This opportunity is exclusively set aside for small businesses, with a contract value estimated between $1 million and $5 million, and a duration of approximately 458 calendar days post-award. Interested contractors should prepare for a pre-bid conference on or about November 13, 2024, with bid submissions due around December 11, 2024; for further inquiries, contact William Tucker at william.tucker.32@us.af.mil or Toni Wasgatt at toni.wasgatt@us.af.mil.
    Notice of Intent - Brand Name - Vehicle Maintenance Shop/AMSA
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE) Louisville District, is seeking proposals for the construction of a 15,000 square foot Area Maintenance Support Activity (AMSA) and Vehicle Maintenance Shop (VMS) at the Defense Logistics Center Richmond in Virginia. The procurement includes specific sole-source requirements for a Best Lock keying system and Notifier NFS-320 fire alarm panel, among other equipment, which are essential for ensuring compliance with Army Reserve criteria and consistent technology standards. This construction project is critical for enhancing maintenance capabilities and operational efficiency at the facility. Interested contractors can reach out to Alex Hamilton at alex.j.hamilton@usace.army.mil for further details regarding the proposal submission process.
    Flame-Resistant Clothing
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for the provision of arc-rated flame-resistant clothing services for employees at the Anniston Army Depot in Alabama. The contract requires the contractor to supply 14 uniforms and 2 jackets for each of the 144 employees across the Directorate of Production Engineering and the Directorate of Public Works, including on-site fittings, laundering, inspections, repairs, and weekly deliveries of clean uniforms. This procurement is crucial for ensuring employee safety in hazardous work environments, adhering to industry standards for flame-resistant clothing. Proposals must be submitted electronically by November 12, 2024, with all inquiries directed to Crystal Hodges at crystal.l.hodges8.civ@army.mil or by phone at 571-588-0965.