Fire Alarm Upgrade
ID: 70Z08525Q337Type: Combined Synopsis/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 contractors for a fire alarm upgrade project for the USCGC OSAGE, located in Sewickley, Pennsylvania. The project involves replacing the existing Notifier AFP 200 fire alarm system with a new Notifier AFP 320 system, which includes inspection, installation, and testing of the new components, while ensuring compliance with applicable safety standards and regulations. This upgrade is crucial for maintaining operational readiness and safety standards for the vessel, reflecting the government's commitment to modernizing its equipment. Interested small businesses must contact Isaiah C. Ragan at isaiah.c.ragan@uscg.mil or 510-437-5429, or Tyler Melton at Tyler.k.melton@uscg.mil or 510-437-5437, with the project expected to commence within 10 days of contract award and completed within 14 days of work commencement.

    Files
    Title
    Posted
    The Statement of Work (SOW) outlines the requirements for upgrading the fire alarm panel and system components of the USCGC OSAGE, necessitated by the obsolescence of the existing Notifier AFP 200 system. The contractor must provide all necessary labor, materials, and tools for this task in Sewickley, PA. The main objectives include renewing the fire alarm system to the Notifier AFP 320, restoring system zones to their designed configuration, and ensuring compliance with applicable standards and regulations. Specific tasks include inspection, installation, and testing of the new system components, while adhering to measures for contamination control and proper disposal of removed materials. The project must begin within 10 days of contract award and completed within 14 days of work commencement. The contractor is responsible for travel costs and must furnish all necessary resources to fulfill contract obligations. Deliverables include a warranty and trip report following completion. This SOW reflects the government's commitment to maintaining safety standards and operational readiness for its vessels through systematic upgrades and compliance with technical specifications.
    Lifecycle
    Title
    Type
    Fire Alarm Upgrade
    Currently viewing
    Combined Synopsis/Solicitation
    Similar Opportunities
    Replace Fire Alarm System at U.S. Coast Guard, Narragansett, Rhode Island
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking bids for the replacement of the fire alarm system at its facility in Narragansett, Rhode Island. The project entails the design and installation of a new addressable class A fire alarm system that complies with National Fire Protection Association (NFPA) standards and ADA requirements, ensuring comprehensive safety across multiple buildings. This initiative is crucial for enhancing fire safety infrastructure at the facility, which plays a vital role in Coast Guard operations. Bids are due by April 1, 2025, with an estimated project cost between $250,000 and $500,000, and interested contractors must provide a 20% bid guarantee. For further inquiries, bidders can contact Nadine Provost at Nadine.M.Provost@uscg.mil or Simon W. Leung at simon.w.leung@uscg.mil.
    MOBILE BAY Hi-Fog Water Mist Fire Suppression System
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors to provide annual inspection services for the Hi-Fog Water Mist Fire Suppression System aboard the CGC Mobile Bay, located in Sturgeon Bay, Wisconsin. The contractor will be responsible for setting up the water mist system for testing, executing the necessary tests, and ensuring the system is returned to normal operations, while documenting any discrepancies found during the inspection. This procurement is critical for maintaining fire safety compliance and operational readiness of the vessel. Interested parties should contact Donna O'Neal at Donna.J.O'Neal@uscg.mil or 510-393-1145, or Jeramyah George at JERAMYAH.W.GEORGE@USCG.MIL or 510-437-5436 for further details.
    Fire Alarm Inspection and Certification - MSU Valdez
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking proposals for a service contract focused on the inspection and certification of fire alarm systems at the Marine Support Unit in Valdez, Alaska. The contractor will be responsible for the inspection, repair, and annual certification of the ANSUL Autopulse Z-10 fire detection and suppression systems, which includes tasks such as hydrotests, valve rebuilds, and leak testing, with a 60-day post-certification service option. This procurement is critical for ensuring the safety and operational readiness of fire control equipment, adhering to federal safety and environmental regulations. Interested bidders should contact Robbin Kessler at robbin.m.kessler@uscg.mil for further details, and are encouraged to conduct site visits prior to proposal submission.
    CGC BEAR Fire Suppression Sprinkler Head(s)
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified vendors to supply 42 fire suppression sprinkler heads under solicitation number 2125405Y152138403. This procurement aims to acquire essential firefighting equipment, which is critical for maintaining safety and operational readiness within the Coast Guard's facilities. Vendors must have active registrations in SAM.gov, and the evaluation will focus on price, completeness of requirements, and adherence to delivery timelines, with all deliveries required by April 15, 2025, to a designated address in Baltimore. Interested parties can reach out to Jermond M. Williamson at Jermond.m.williamson@uscg.mil or 571-607-7562 for further details.
    CGC JAMES - AFFF MONITOR
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking proposals for the procurement of a National Foam HMB-4 Remote Control Hydraulic Monitor, which is critical for fire suppression operations on the CGC JAMES. This procurement is part of the maintenance efforts for the CGC HAMILTON, necessitating the replacement of a damaged harness to ensure operational readiness and compliance with safety standards. The period of performance for this contract extends until November 31, 2024, with delivery directed to CGC JAMES in North Charleston, South Carolina. Interested parties should contact Tyler Melton at Tyler.k.melton@uscg.mil or by phone at 510-437-5437 for further details, as this opportunity is set aside for small businesses under the SBA guidelines.
    USCGC Waesche Dual Point Davit Modify
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors to perform modifications on the Dual Point Davit system of the USCGC Waesche at the U.S. Coast Guard Base in Alameda, California. The project entails biennial maintenance, inspections, and repairs scheduled from March 24, 2025, to May 2, 2025, including operational tests and compliance with the Surface Forces Logistics Center Standard Specification. This maintenance is crucial for ensuring the functionality and safety of the davit system, which is vital for the vessel's operations. Interested contractors should contact Kyler Fisk at KYLER.C.FISK@USCG.MIL or 949-288-1271, or Ulises Balmaceda at Ulises.O.Balmaceda@uscg.mil or 510-437-5438 for further details.
    USCGC DILIGENCE INSULATION PROJECT
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors for the USCGC Diligence Insulation Project, which involves insulation repairs on WMEC 210 and 270 vessels for fiscal year 2023. The project requires contractors to adhere to detailed specifications for the removal, preparation, and installation of thermal insulation materials, including fiberglass and elastomeric foam, while ensuring compliance with safety and environmental regulations. This initiative is crucial for maintaining the structural integrity and thermal efficiency of the vessels, thereby enhancing their operational performance. Interested parties should contact Cornelius Claiborne at cornelius.N.claiborne@uscg.mil or Damon Jones at damon.d.jones@uscg.mil for further details, as this opportunity is set aside for small businesses under the SBA guidelines.
    USCGC MOHAWK SSDG PARTS
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified small businesses to provide parts for the Ship Service Diesel Generator (SSDG) cooling system of the USCGC MOHAWK. The procurement includes six essential components, such as three CAPs, a tank assembly, gaskets, a housing assembly, and a cover, with specific quantities and part numbers outlined in the solicitation. This initiative is crucial for maintaining the operational efficiency of naval vessels, ensuring they remain mission-ready. Interested vendors should contact Joshua Miller at JOSHUA.N.MILLER@USCG.MIL or by phone at 757-628-4801, with a deadline for parts delivery set for March 19, 2025.
    CSS 96484 - Install Fire Alarm System
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for the installation of a fire alarm system under contract number CSS 96484. This procurement aims to enhance safety measures by implementing a reliable fire alarm system, which is crucial for maintaining operational readiness and protecting personnel and assets. The contract is set aside for small businesses, in accordance with FAR 19.5, and falls under the NAICS code 561621 for Security Systems Services (except Locksmiths). Interested vendors can reach out to Ryan Nicklous at ryan.p.nicklous.civ@army.mil or by phone at 609-562-5014, or contact Sharon Wilson-Emmons at sharon.wilson-emmons.civ@army.mil or 609-562-6405 for further details.
    CGC OAK Inspection and Service of CO2 and APC Marine Fire Suppression Systems
    Buyer not available
    The US Coast Guard Surface Force Logistics Center invites quotations for the inspection and service of CO2 and APC marine fire suppression systems on the USCGC OAK. This combined synopsis and solicitation seek a firm-fixed-price contract under FAR Part 13.5. The work involves providing all necessary labor, supervision, and materials to inspect and service the fire suppression systems aboard the vessel, which is docked in Newport, Rhode Island. The contract is intended for small businesses, and all responsible vendors are encouraged to submit quotations. The deadline for submission is 12 pm Pacific Time on September 27th, 2023. Vendors must email their quotes to Donna.J.O'Neal@uscg.mil and Michael.E.Madrigal@uscg.mil and ensure receipt is acknowledged by the Coast Guard. The solicitation incorporates provisions and clauses effective through Federal Acquisition Circular 2005-65. Vendors must comply with the small business standards and use a SAM.gov registered DUNS number on their quotes. For more information, contact Donna O'Neal at Donna.J.O'Neal@uscg.mil or 5103931145.