Navy Inn Fire Alarm Repair
ID: N00250-25-Q-B031Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVY EXCHANGE SERVICE COMMANDVIRGINIA BEACH, VA, 23452, USA

NAICS

Electrical Contractors and Other Wiring Installation Contractors (238210)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS (J063)
Timeline
    Description

    The Department of Defense, through the Navy Exchange Service Command, is soliciting proposals for the Navy Inn Fire Alarm Repair project at the Norfolk Naval Shipyard in Portsmouth, Virginia. The project entails a comprehensive assessment of the existing fire alarm system in Building 1579, which is currently only partially operational, followed by diagnostic testing, troubleshooting, and minor repairs to identify deficiencies and implement corrective actions. This procurement is crucial for ensuring the safety and reliability of fire detection systems within the facility. Interested contractors must submit their quotes to the designated contacts, Brandi Elwell and Kaitlyn Garcia, by adhering to the requirements outlined in the RFQ, with a total funding cap of $55,000 for the assessment and repairs, and a completion timeline of 30 calendar days. Amendments to the RFQ have clarified several aspects of the project, emphasizing the need for compliance with original specifications despite concerns regarding obsolete equipment.

    Point(s) of Contact
    Files
    Title
    Posted
    Amendment 0001 modifies Request for Quotation (RFQ) N00250-25-Q-B031 for Norfolk Naval Shipyard Fire Alarm Repair. The amendment includes a critical clarification regarding the fire alarm system. A bidder noted that the specified panel and its replacement parts were discontinued in 2005, recommending an upgrade to a modern system for long-term reliability and cost efficiency. In response, the issuing office requested bidders to submit proposals strictly in accordance with the original RFQ and Statement of Work. Bidders unable to meet the specified requirements are asked to provide written notification. All other terms and conditions of the solicitation remain unchanged and in full force and effect. This emphasizes adherence to the original specifications despite concerns about obsolete equipment.
    Amendment 0002 modifies Request for Quotation (RFQ) N00250-25-Q-B031 for Norfolk Naval Shipyard Fire Alarm Repair. The amendment clarifies several aspects of the RFQ through a series of questions and answers. Key clarifications include confirmation that fire alarm surveyors will have access to all units, no time limitation on audio-visual device activation during testing, and the contractor's responsibility for providing Firewatch. Additionally, the amendment states that a multi-day shutdown for troubleshooting/surveying is acceptable as the building is unoccupied, and contact information for the current service provider will be given to the awarded contractor. All other terms and conditions of the original solicitation remain unchanged. Offerors must acknowledge receipt of this amendment by completing items 8 and 15, returning copies, acknowledging receipt on each offer copy, or sending a separate letter/telegram referencing the solicitation and amendment numbers. Failure to acknowledge receipt by the specified date and time may result in rejection of the offer.
    This Request for Quotation (RFQ) details the Navy Inn Fire Alarm Repair project at Norfolk Naval Shipyard, VA. The project involves a comprehensive assessment of the existing partially operational fire alarm system in Building 1579, followed by troubleshooting and minor repairs. The scope includes diagnostic testing, identifying deficiencies, and performing temporary repairs. The project has two CLINs: a firm-fixed-price for assessment (less than $25,000) and a time-and-materials for troubleshooting/minor repairs (not-to-exceed $30,000). Key deliverables include an assessment report, repair summary, and daily activity logs. The anticipated completion time is 30 calendar days. Proposals will be evaluated on a GO/NO-GO basis for technical acceptability, with the award going to the lowest-priced, technically acceptable offeror for the fixed-price CLIN. Various clauses cover inspection, payment, insurance, safety, environmental protection, and base access, with a strict adherence to federal, state, and local regulations. Notably, appropriated funds are not being used for this contract.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    DBB BUILDING 171 MACHINE SHOP REPAIRS, NORFOLK NAVAL SHIPYARD, PORTSMOUTH, VIRGINIA
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Command Mid-Atlantic, is soliciting proposals for the repair and modernization of Building 171 at the Norfolk Naval Shipyard in Portsmouth, Virginia. This project, estimated to cost between $10 million and $25 million, involves critical repairs including roof restoration, structural enhancements, electrical upgrades, and life safety improvements, supporting essential subsurface machine shop operations for nuclear aircraft carriers and submarines. The completion of this project is crucial for maintaining operational capabilities, with a contract duration of 630 calendar days. Proposals are due by December 22, 2025, and interested parties must acknowledge receipt of the solicitation amendments to ensure their offers are considered. For further inquiries, contact Kristy Gerrek at (757) 341-0089 or via email at kristy.l.gerrek.civ@us.navy.mil.
    Y1DA--519-24-400-NRM Install Fire Alarm Bldg. 25
    Buyer not available
    The Department of Veterans Affairs is soliciting quotes for a construction project to install a new fire alarm system in Building 25 at the West Texas Veterans Affairs Healthcare System in Big Spring, TX. The project involves replacing the existing Honeywell fire alarm system with a Siemens system to ensure compatibility with the main Siemens infrastructure in Building 24, and is designated as a 100% Service-Disabled Veteran Owned Small Business (SDVOSB) set-aside. This upgrade is critical for maintaining a unified and reliable fire safety system across the campus, enhancing safety for patients and staff. Interested contractors must submit their quotes electronically to Eileen Myers by January 2, 2026, at 10:00 AM CST, with the estimated contract value between $250,000 and $500,000.
    EAR048 Repair Site Fire Alarm System
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is soliciting bids for the repair and replacement of fire alarm systems at Eareckson Air Station on Shemya Island, Alaska. The project entails a Firm Fixed Price (FFP) Design-Bid-Build (DBB) construction contract that includes the demolition and replacement of outdated fire alarm systems across 44 buildings, as well as the installation of two Monaco D-21 receiving stations and outside plant fiber optic cabling for enhanced communication of fire alarm signals. This initiative is critical for ensuring compliance with UFC 3-600-01 Fire Protection Engineering standards and improving safety measures at the installation. Interested small businesses are encouraged to reach out to Michelle Nelsen at michelle.nelsen@usace.army.mil or call 907-753-2527 for further details, as this opportunity is set aside for total small business participation.
    N40085-25-R-2511 DESIGN-BUILD (DB), P-1401 REPLACE BACKUP POWER GENERATION UPS, PLC'S, Naval Support Activity Hampton Roads Norfolk, Virginia
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Command (NAVFACSYSCOM MID-ATLANTIC), is soliciting proposals for a Design-Build (DB) project titled "P-1401 Replace Backup Power Generation UPS, PLCs" at the Naval Support Activity Hampton Roads in Norfolk, Virginia. The project aims to replace existing backup power generation systems, including uninterruptible power supplies (UPS) and programmable logic controllers (PLCs), which are critical for maintaining operational readiness and infrastructure resilience. This procurement is particularly significant as it involves compliance with various construction and safety standards, including the International Green Construction Code (IgCC) and specific electrical engineering requirements. Interested contractors must submit their revised proposals by January 15, 2026, with all submissions directed to Kristy Gerrek at kristy.gerrek@navy.mil. The project is restricted to holders of the Small Business Multiple Award Construction Contract (MACC) in the Hampton Roads area, and the total duration of the task order is expected to be 741 calendar days from the date of award.
    Repair Fire Alarm | Wilkes-Barre VAMC
    Buyer not available
    The Department of Veterans Affairs is seeking contractors to perform repair services on the fire alarm system at the Wilkes-Barre Veterans Affairs Medical Center (VAMC) in Pennsylvania. This procurement is aimed at ensuring the functionality and safety of fire control equipment, which is critical for maintaining a secure environment for veterans and staff. The opportunity is part of a limited sources justification process, and interested parties can reach out to Nicholas Guzenski at nicholas.guzenski@va.gov or by phone at 570-824-3521 x24886 for further details. The notice is posted in compliance with FAR 5.301(a)(2)(i), and additional information can be found in the attached Limited Sources Justification document.
    Sources Sought For Fire Alarm Radio Transmitter
    Buyer not available
    The Department of Defense, specifically the Naval Facilities Engineering Systems Command, Pacific (NAVFAC Pacific), is conducting a market survey to identify potential sources for a fire alarm radio transmitter that meets specific performance and approval requirements. The procurement involves four fire alarm radio transmitters for various substations on Naval Base Guam, which must be compatible with existing equipment and adhere to narrowband radio communication standards as outlined by federal regulations. This opportunity is crucial for enhancing safety and operational efficiency at the base. Interested suppliers are encouraged to submit detailed technical data to Ms. Josie Damo-Agcaoili via email by December 18, 2025, at 2:00 p.m. H.S.T., as late submissions will not be considered.
    Y1DA--437-23-105 Replace Fire Alarm System 437-26-1-6690-0001
    Buyer not available
    The Department of Veterans Affairs, through Network Contracting Office 23, is soliciting proposals for the replacement of the fire alarm system at the Fargo VA Health Care System. This project involves the complete overhaul of the existing analog fire alarm system, which is at the end of its functional life, to a new digital, addressable voice notification system, including the installation of control panels, wiring, annunciators, and detectors across the campus. The importance of this upgrade lies in ensuring the safety and operational continuity of the facility, particularly in a healthcare environment. The estimated contract value ranges from $2 million to $5 million, with a performance period of 540 days from the Notice to Proceed. Interested bidders must submit their proposals electronically by December 18, 2025, and can direct inquiries to Contracting Officer Dwayne Brauch at dwayne.brauch@va.gov or by phone at 651-293-3039.
    Notifiers
    Buyer not available
    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.
    Sources Sought - Paint Booth Cover and Filter Removal and Replacement
    Buyer not available
    The Department of Defense, through the Norfolk Naval Shipyard (NNSY), is conducting market research to identify qualified sources for the removal and replacement of the paint booth cover and filters at its facility in Portsmouth, Virginia. The procurement involves providing labor and materials to replace the deteriorated outer cover and pre-filters of an expandable/retractable paint booth, which is critical for maintaining operational efficiency and compliance with safety standards. The project is expected to commence upon award, with a completion timeline of 120 days, and interested vendors must submit their capabilities statements by December 9, 2025, at 12:00 PM EST to the designated contacts, Roshanda Sansom and Jeremy Weible, via email. This opportunity is not a request for proposals, and no compensation will be provided for submitted information.
    J059 - Shore Equipment Installation and Maintenance Management Program (SEIMMP)
    Buyer not available
    The Department of Defense, through the Naval Supply Systems Command (NAVSUP) Fleet Logistics Center Norfolk, is seeking proposals for the Shore Equipment Installation and Maintenance Management Program (SEIMMP) under solicitation number N0018926R0001. This procurement aims to secure contractor support services for the engineering, installation, and maintenance of electronic systems and equipment, primarily in support of Fleet Cyber Command/Commander U.S. 10th Fleet (FCC/C10F) and related IT mission requirements. The contract will cover a five-year period with an option for a six-month extension, focusing on various Navy and non-Navy installations across the continental United States and overseas, with key performance locations including Fort Meade, MD, Chesapeake, VA, and Oahu, HI. Interested vendors must submit their proposals by January 6, 2026, and can direct inquiries to Ethan Othersen or Jacob Gephart via their provided email addresses.