USCG SLEDGE FIRE ALARM SERVICE REQUEST
ID: 70Z08526Q0001217Type: Solicitation
Overview

Buyer

HOMELAND SECURITY, DEPARTMENT OFUS COAST GUARDSFLC PROCUREMENT BRANCH 2(00085)ALAMEDA, CA, 94501, USA

NAICS

Ship Building and Repairing (336611)

PSC

MISCELLANEOUS SHIP AND MARINE EQUIPMENT (2090)

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 qualified contractors to upgrade the fire alarm system aboard the USCGC SLEDGE from the obsolete Notifier AFP 200 to the Notifier AFP 320. The contractor will be responsible for providing all necessary labor, materials, and tools to renew the fire alarm system components, ensuring compliance with specified standards, and conducting system tests and training for the ship's crew upon completion. This upgrade is critical for maintaining safety and operational readiness aboard the vessel, with work to be performed at the Coast Guard facility in Baltimore, Maryland, within a 14-day period following the commencement of the contract. Interested parties should contact Donna O'Neal at Donna.J.O'Neal@uscg.mil or Ulises Balmaceda at Ulises.O.Balmaceda@uscg.mil for further details.

    Files
    Title
    Posted
    The Statement of Work outlines the upgrade and renewal of the USCGC SLEDGE's fire alarm system from the obsolete Notifier AFP 200 to the Notifier AFP 320. This contract requires the contractor to provide all labor, materials, and tools for the upgrade, including the renewal of all system components regardless of condition or compatibility (except satisfactory existing wiring). The scope includes protective measures, handling interferences, removal and disposal of old components, installation of new AFP 320 components, and configuration compliance to restore system zones. Post-installation, the contractor must conduct a system test with the Engineer Petty Officer (EPO), provide NFPA certification, offer an OEM standard warranty, and train the ship's force on system operation. The period of performance is 14 days after commencement, occurring at CGC SLEDGE in Baltimore, MD. The contractor is responsible for furnishing all necessary resources and providing a trip report and warranty post-completion.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    USCGC Alder Fire Main Repair
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors to perform fire main repair work on the USCGC Alder (WLB 216) in San Francisco, California. The project involves renewing fire main piping and related systems, requiring the contractor to follow specific guidelines for protective measures, fluid handling, and installation of new piping, including labeling and insulation. This work is critical for maintaining the operational readiness and safety of the vessel, with the performance period scheduled between December 2025 and March 2026. Interested contractors, particularly small businesses, should contact Justin Wooldridge at justin.r.wooldridge2@uscg.mil or Lindsay Mongiovi at lindsay.n.mongiovi@uscg.mil for further details and to ensure compliance with all applicable regulations.
    USCGC Penobscot Bay Water Mist Suppression System
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors for the inspection and maintenance of the Hi-Fog Water Mist Fire Suppression System on the CGC Penobscot Bay, located in Bayonne, New Jersey. The procurement involves a five-year and annual inspection, which includes the renewal of 29 bottles and ensuring the system's operational integrity, guided by specific maintenance procedures. This fire suppression system is critical for the safety and operational readiness of the vessel, emphasizing the importance of compliance with safety standards. Interested parties must be HI-FOG certified technicians and are encouraged to contact Justin Wooldridge at justin.r.wooldridge2@uscg.mil or Lindsay Mongiovi at lindsay.n.mongiovi@uscg.mil for further details, with the performance period scheduled from December 8 to December 12, 2025.
    USCGC ALERT Drydock Repairs FY2026
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking contractors for the drydock repairs of the USCGC ALERT (WMEC-630) scheduled for Fiscal Year 2026. The procurement involves extensive maintenance and repair tasks, including hull preservation, propulsion system overhauls, and various structural and piping renewals, with a performance period from February 16, 2026, to April 26, 2026. These repairs are crucial for maintaining the vessel's operational readiness and structural integrity, ensuring compliance with Coast Guard standards. Interested parties should direct inquiries to Contract Specialists Matthew R. Stansberry and Chelsea Clark via their provided emails, and note that the closing date for offers has been extended to December 10, 2025.
    DRAFT Combined Synopsis/Solicitation: Next Generation Surface Search Radar (NXSSR)
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard (USCG), is seeking qualified contractors to provide a Next Generation Surface Search Radar (NXSSR) system to replace outdated radar systems currently in use across 13 cutter platforms and 113 Vessel Traffic Service (VTS) remote sites. The procurement aims to enhance collision avoidance, navigation, and situational awareness in the maritime environment by implementing a scalable, IMO-certified Shipborne Surveillance Radar system that integrates with existing navigation systems and complies with various national and international standards. This initiative is critical for modernizing the Coast Guard's capabilities to address emerging maritime threats and challenges. Interested parties should submit their responses, including comments on the draft documents, to Amanda R. Barraclough at Amanda.R.Barraclough2@uscg.mil or Christina M. Grimstead at christina.m.grimstead@uscg.mil, with a minimum contract guarantee of $10,000 and a maximum ceiling of $49,000,000 over a ten-year period. Questions regarding the solicitation are due by December 15, 2025.
    open, inspect and report OPERATOR INTERFACE, ELECTRONIC
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors to open, inspect, report, and overhaul electronic operator interface components, specifically part number 76737-16, with a total quantity of nine units. The overhaul must comply with the ELC Number R-400-299-J specification and include a standard manufacturer's warranty of up to two years post-delivery, ensuring that all items are delivered in compliance with packaging and preservation standards to prevent deterioration. This procurement is critical for maintaining the functionality of fire and smoke alarm systems aboard Coast Guard vessels, with a total estimated cost for the overhaul capped at $8,495 per unit. Interested vendors must submit their quotes by August 7, 2024, and direct any inquiries to Eric Goldstein at Eric.I.Goldstein@uscg.mil.
    EAR048 Repair Site Fire Alarm System
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking contractors for the EAR048 Repair Site Fire Alarm System project at Eareckson Air Station on Shemya Island, Alaska. This procurement involves a Firm Fixed Price (FFP) Design-Bid-Build (DBB) construction contract aimed at replacing outdated fire alarm systems across 44 buildings on the installation, ensuring compliance with UFC 3-600-01 Fire Protection Engineering standards. The project includes the demolition and replacement of existing systems, construction of two Monaco D-21 receiving stations, and installation of outside plant fiber optic cabling to facilitate communication for fire alarm signals. Interested parties can contact Michelle Nelsen at michelle.nelsen@usace.army.mil or by phone at 907-753-2527 for further details.
    Replace Federal Pacific Panels, Smith Hall, U.S. Coast Guard Academy New London, CT (New London County) Project No. 27641871
    Buyer not available
    The Department of Homeland Security, through the U.S. Coast Guard, is seeking contractors for the replacement of approximately 22 Federal Pacific electric panels in Smith Hall at the U.S. Coast Guard Academy in New London, Connecticut. The project requires contractors to provide all necessary labor, materials, and equipment while ensuring continuous power supply during the replacement process, with a completion deadline set for December 31, 2026. This Total Small Business Set-Aside opportunity has an estimated contract value between $1,000,000 and $5,000,000, with bids due by January 6, 2026, and a questions due date of December 17, 2025. Interested vendors should contact Teresa L. Lamphere at Teresa.L.Lamphere2@uscg.mil or Simon W. Leung at Simon.W.Leung@uscg.mil for further information.
    Open, Inspect, Report and Overhaul of Circuit Breakers
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking quotations for the open, inspection, reporting, and potential overhaul of circuit breakers, identified by NSN 5925-01-583-8452 and part number MDS6163WEA-1652ANAA6YNNNAX. The procurement aims to restore these critical components used in the U.S. Coast Guard's Medium Endurance Product Line to operational standards, ensuring reliability and safety in their applications. Interested vendors must provide a firm fixed price for inspection and repair services, with delivery required by June 10, 2026, to the Coast Guard's facility in Baltimore, MD. Quotes are due by December 5, 2025, and inquiries should be directed to Donna Scandaliato at Donna.M.Scandaliato@uscg.mil or by phone at 410-762-6259.
    Dry-Dock: USCG STA CURTIS BAY (45661) FY25 DD
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors for dry-dock repair services for the USCG STA CURTIS BAY (45661) vessel, located in Baltimore, MD. The procurement aims to identify commercial services capable of performing comprehensive repairs, including inspections, ultrasonic testing, hull plating, and engine alignment, to be conducted at the contractor's dry dock facility. This opportunity is critical for maintaining the operational readiness of the vessel and ensuring compliance with safety standards. Interested parties must respond to the Sources Sought Notice by December 18, 2024, and provide company details, certification documents, a service delivery plan, and evidence of past performance. For further inquiries, contact Regina M. Elliott-Dougherty at Regina.ElliottDougherty@uscg.mil or 571-610-1960, or Janet M. Delaney at Janet.M.Delaney@uscg.mil or 757-628-4353.
    648-23-100 FIRE ALARM TO VOICE
    Buyer not available
    The Department of Veterans Affairs is seeking qualified small businesses, specifically Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and Veteran-Owned Small Businesses (VOSB), to provide and install the Edwards/EST-4 fire alarm system at the Vancouver VA Medical Center. The project involves replacing the existing Edwards EST-3 fire alarm system with the EST-4 platform, which includes the installation of fire alarm control panels, annunciators, and the necessary programming, testing, and commissioning to ensure compliance with NFPA standards and VA design guidelines. This upgrade is crucial for enhancing life safety systems across the campus, ensuring seamless integration with existing infrastructure, and maintaining operational safety during the transition. Interested vendors must submit their capability statements and relevant documentation to Colleen Nicholson at colleen.nicholson@va.gov by the specified deadline, as this notice is solely for market research and not a solicitation for proposals.