Fire Alarm System Testing and Maintenance
ID: FA521524Q0011Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA5215 766 ESS PKPJBPHH, HI, 96860-4928, USA

NAICS

Security Systems Services (except Locksmiths) (561621)

PSC

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

Set Aside

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

    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for fire alarm system testing and maintenance services at the Kaena Point Space Force Station in Waianae, Hawaii. The procurement aims to ensure the functionality and compliance of fire protection systems across various buildings, adhering to National Fire Protection Association (NFPA) standards and federal regulations. This initiative is critical for maintaining safety and operational efficiency within military facilities, reflecting the government's commitment to effective emergency preparedness. Interested small businesses must submit their quotes by September 18, 2024, at 4:00 PM HST, and can direct inquiries to TSgt James Meyers at james_allan_potter.meyers@us.af.mil or Kelli Chinen at kelli.chinen@us.af.mil.

    Files
    Title
    Posted
    The document outlines the renovation and repair project for Buildings 13 and 19 at the Kaena Point Satellite Tracking Station in Oahu, Hawaii, as part of a federal initiative managed by the US Army Corps of Engineers. It specifies compliance with the 2006 International Building Code and various safety regulations. Key elements of the project include the installation of fire protection systems, including a wet-pipe sprinkler system, and improvements to the fire alarm system following NFPA standards. The scope involves detailed architectural and engineering specifications, emphasizing the careful installation of essential systems like HVAC, electrical, and plumbing. The renovation demands thorough inspection and testing protocols to ensure all installations meet safety standards. The document highlights requirements for submittals, including shop drawings and product data, prior to construction, aiming for a comprehensive approach to enhance building safety and functionality. Overall, the document serves as a crucial reference for contractors and engineers, ensuring the project aligns with federal regulations and local compliance, thereby enhancing operational capacity while adhering to safety and environmental standards.
    The document outlines mechanical modifications and upgrades for the CRACU-1 air conditioning system at the Kaena Point Satellite Tracking Station in Honolulu, Hawaii. It specifies the installation of low leakage motorized dampers, air intakes, condensate pumps, and duct modifications to enhance airflow and system efficiency. Key updates include adjustments to louver dimensions, integration of new diffusers, and structural changes to accommodate the mechanical enhancements. Detailed mechanical plans showcase the specifications for duct sizes, material requirements (such as stainless steel), and configuration adjustments necessary for optimal system performance. The plans emphasize coordination between various trades to ensure compliance with building codes and safety regulations. Additionally, the document notes a commitment to verify all ductwork and elevations during the implementation phase, reinforcing the project's focus on precision and adherence to prescribed standards. This mechanical plan is part of larger government efforts to upgrade facilities, ensuring their operational reliability and efficiency.
    The document outlines Amendment 01 to the combined synopsis/solicitation FA521524Q0011 for fire protection system maintenance services at Kaena Point Space Force Station, Waianae, HI. The amendment includes a scheduled site visit on September 5, 2024, requiring attendee confirmation by September 3, 2024. The deadline for quote submissions is set for September 10, 2024, at 4:00 PM HST, with all questions due by September 6, 2024. The procurement falls under NAICS code 561621, designated as a 100% Small Business Set-Aside, utilizing simplified acquisition procedures. Key services required include maintenance of the fire protection system as per the Statement of Work (SOW) dated July 1, 2024. Proposals will be evaluated based on the Lowest Price Technically Acceptable method, where quotes will first be ranked by price, followed by a technical assessment for the three lowest quotes. Additionally, all proposals must adhere to federal procurement regulations outlined in FAR clauses. Interested vendors are encouraged to submit comprehensive quotes and are advised to engage with specified contacts for inquiries. This solicitation emphasizes compliance, accuracy, and thorough technical proposals to meet government standards.
    The document is a Combined Synopsis/Solicitation (RFQ #FA521524Q0011) for Fire Protection System Maintenance at Kaena Point Space Force Station, with key updates from two amendments. Amendment 02 updates the quote submission deadline to September 12, 2024, while Amendment 01 adds a site visit on September 5, 2024, and revises the quote and questions deadlines. The solicitation is set aside for small businesses under NAICS code 561621, and offers will be evaluated based on the Lowest Price Technically Acceptable criteria. Offerors must provide comprehensive technical descriptions and a complete price quote, supported by appropriate documentation. The overall objective is to secure maintenance services aligned with the Statement of Work (SOW), ensuring compliance with federal regulations and standards. The contracting officer's details and attachment list are provided for reference, including a map and additional SOW documents. This process highlights the government's approach to engaging small businesses in essential service contracts while maintaining rigorous compliance and evaluation procedures.
    The document FA521524Q0011 is a solicitation for fire protection system maintenance services at Kaena Point Space Force Station, Waianae, HI. It includes three amendments that update attachments, submission deadlines, and procedural requirements. The latest amendment sets the quote submission deadline for September 18, 2024, and emphasizes communication via designated emails. This procurement is classified as a 100% Small Business Set-Aside under the NAICS code 561621, with a size standard of $25 million. Contractors must provide detailed compliance information, including pricing and technical descriptions to demonstrate capability to meet the work requirements outlined in the attached Statement of Work (SOW). Evaluation criteria favor the lowest-priced, technically acceptable offerors. Vendors are advised to attend a pre-bid site visit on September 5, 2024, to better understand the scope and site specifics. Overall, this synopsis serves to formally solicit interested vendors for essential fire maintenance services while ensuring adherence to federal acquisition regulations and providing clarity on submission requirements and evaluation standards.
    The document outlines a combined synopsis and solicitation for fire protection system maintenance services at Kaena Point Space Force Station in Hawaii, referenced as solicitation FA521524Q0011. This Request for Quotations (RFQ) is tailored for small businesses, adhering to FAR regulations. The acquisition entails multiple line items for maintenance tasks, effective from July 1, 2024, with a total estimated price to be evaluated based on the lowest price technically acceptable (LPTA) criteria. Offerors must submit detailed technical descriptions to demonstrate compliance with solicitation requirements, along with pricing information and company qualifications. Quotes are due by September 3, 2024, and all submissions must be registered in SAM (sam.gov). Questions must be directed to specified contract officials before the deadline. The document emphasizes the importance of addressing all solicitation requirements adequately and maintaining accuracy in pricing for consideration in the award process, while also providing details about the ombudsman for dispute resolution matters.
    The document outlines a fire alarm demolition and installation project for Building 41 at the Kaena Point Satellite Tracking Station in Hawaii. The primary objective is to remove existing heat detectors from specified areas while ensuring continuity with remaining detectors. Unused wiring will be eliminated, and blank covers installed as needed. The existing fire alarm panel will remain in place and interface with a new fire alarm system being introduced, as noted in the electrical notes. The plan emphasizes the demolition of outdated components and the installation of new systems to enhance safety and compliance while adhering to engineering design guidelines. The project is part of an overarching initiative to modernize fire alarm systems across various buildings, indicating a commitment to safety and operational efficiency within the U.S. Army Garrison in Hawaii. Any required revisions or checks are coordinated through the Directorate of Public Works to ensure adherence to standards.
    The document outlines a project proposal by the U.S. Army Garrison in Hawaii for upgrading safety systems at the Kaena Point Satellite Tracking Station. The primary focus is on replacing existing duct smoke detectors and fire alarm systems within Building 41, which includes the installation of new smoke detectors, duct detectors, and a sprinkler flow switch. Specific instructions include connecting dry contacts to the indoor fan contactor of the packaged A/C unit and ensuring the new flow switch integrates seamlessly with the existing sprinkler riser. The design, conducted by M. Kumabe, also indicates necessary verification of the sprinkler riser size and includes critical safety and regulatory compliance plans. This initiative reflects the military's commitment to enhancing fire safety systems within its facilities, ensuring protection against potential hazards while upgrading technological capabilities and infrastructure.
    The FA521524Q0011 RFQ addresses the requirements for testing, repairing, and maintaining fire alarm (FA) and fire sprinkler (FX) systems across various buildings. Key documents specifying the existing conditions, including plans for the fire alarm systems, have been provided. Immediate quoting for repairs post-inspection is expected, and a full trip test of the pre-action system is mandatory. The work will involve limited water use, with measures in place to redirect flowing water, and notification protocols before sounding alarms. There are no interfaces between the fire alarm systems and security systems or other equipment, except for duct detectors with HVAC systems. Important clarifications include that certain testing and repairs are needed despite the state of some facilities. The contractor must be certified for the specific equipment in use, while NICET certification is not necessary. The task order strictly aims to ensure the functionality of existing systems rather than updating them to current codes. This document outlines essential specifications and performance expectations for the contracted services and emphasizes compliance with established safety and operational standards.
    The document FA521524Q0011 RFQ Q&A addresses inquiries for a government contract focusing on annual testing and maintenance of fire systems at Kaena Point. The contract spans a base year plus four option years, with proposals due by September 10, 2024. A site visit is scheduled for September 5, 2024, to help contractors assess project needs. The main tasks include annual testing of fire systems, with certain repair negotiations for high-cost equipment. The document specifies components such as wet systems, power supplies, and battery checks, while clarifying that no emergency visits or previous reports will be provided. Additionally, it underscores the importance of onsite presence during work hours and establishes that work will occur during regular business hours, potentially affecting pricing for after-hours testing. The attachment titled “Kaena Point – Fire System Components” is referenced multiple times for detailed information on systems and components involved in the project. Overall, the document outlines essential parameters and expectations for potential bidders in this federal RFP process.
    The document outlines the specifications and plans for the installation and repair of fire alarm systems at the Kaena Point Satellite Tracking Station in Oahu, Hawaii. It details the components of the fire alarm system, including control panels, detectors, and notification devices, all of which must adhere to National Fire Protection Association (NFPA) standards. Key requirements emphasize the installation of supervised circuits, proper mounting heights, and specific wiring practices to ensure functionality and reliability. The project includes various buildings (e.g., Building 10, 35, 38, and 39005) with detailed diagrams and installation notes, addressing the required components such as smoke detectors, pull stations, and alarms, along with their specified voltages and mounting configurations. The document also mandates the coordination of electrical installations, highlighting the need for field verification of existing wiring. In the context of government Requests for Proposals (RFPs) and grants, this document serves as a foundational guideline for contractors bidding on the project, ensuring compliance with safety regulations and operational standards vital for safeguarding the facility.
    The document outlines the specifications for a fire alarm system installation at the Kaena Point Satellite Tracking Station in Oahu, Hawaii. It details the components of the fire alarm system, including control panels, detectors, and notification devices, as well as their specific installation requirements and mounting heights. The project adheres to the standards set by the National Fire Protection Association (NFPA 72) and emphasizes the need for separate circuits for different voltage types and proper routing for conduits. Important notes include the necessity for appropriate distances between devices, locations for manual pull stations, and guidelines for restoring existing wiring where applicable. The summary of drawings provides an index of various building fire alarm system plans, indicating locations and specifications for each system. The document's purpose is to serve as a detailed guide for contractors engaged in upgrading and maintaining the fire protection systems, ensuring compliance with safety regulations while facilitating effective project documentation. This initiative reflects a commitment to enhancing safety protocols in federal facilities through meticulous planning and coordination across multiple buildings.
    The document outlines the presence of KPSFS fire alarm panels across various buildings, specifically detailing the connections and reporting lines between these panels. Key buildings mentioned include Bldg 8, Bldg 9, Bldg 10, Bldg 13, Bldg 19, Bldg 35, Bldg 38, Bldg 41, Bldg 39005, and Bldg 39009, each indicating their respective fire alarm panel installations and configurations. The structured layout suggests an organized approach to ensuring fire safety and communication among the different structures. By cataloging the locations and interconnections of the fire alarm systems, this document likely serves as a foundational resource for fire safety compliance, management, and potential upgrades. In the context of government RFPs and grants, this file may relate to future projects for system enhancements or replacements that align with federal and local safety regulations, evidencing the government’s commitment to maintaining effective emergency preparedness measures.
    The Fire Alarm & Life Safety Inspection and Testing Report summarizes a series of inspections conducted by Phoenix Pacific (Hawaii), Inc. for multiple locations associated with Kaena Point Satellite Tracking. The inspections, performed between August and September 2022, included a comprehensive evaluation of alarm initiating devices, notification appliances, and supervisory signal systems, adhering to relevant NFPA standards. Key findings from the reports reveal that most devices, such as heat detectors, pull stations, and alarm notification circuits, passed inspections, while several battery failures were identified across different locations, necessitating replacements. Notably, some systems showed deficiencies in primary and secondary power supplies, including multiple reports of failed load tests for batteries. The inspections included notifying relevant stakeholders prior to testing and ensuring the monitoring entity was informed of any impairments. The report's findings are crucial for maintaining fire safety compliance and ensuring functionality in emergency situations. This proactive approach aligns with federal and local safety regulations, highlighting the importance of routine inspections and maintenance of fire alarm systems to mitigate potential hazards within the facilities.
    The document outlines a comprehensive inventory of fire safety equipment and devices utilized across various building projects, indicating their quantities, manufacturers, and model numbers. It categorizes equipment such as duct detectors, heat detectors, pull stations, horn/strobes, annunciator panels, and various power sources, emphasizing the necessity of these devices for effective fire safety systems. The data appears to support government Requests for Proposals (RFPs) and grants aimed at upgrading or installing fire alarm systems at federal, state, and local levels. The detail provided indicates specific equipment required for compliance with safety regulations and standards. The structured listing facilitates an assessment of both existing assets and identifies gaps that might need addressing in future proposals. This document is a vital component guiding safety-related projects and demonstrates the government's commitment to maintaining high standards in fire safety across public facilities while ensuring preparedness and responsiveness in emergency situations.
    The Performance Work Statement outlines the responsibilities of a contractor for maintaining the fire protection system at the Kaena Point Satellite Tracking Station in Hawaii, focusing on compliance with NFPA standards and specific safety protocols. The contractor is tasked with providing all necessary resources for maintenance, including personnel, equipment, and supervision, ensuring the system supports safety and security. Key objectives include adhering to maintenance schedules, installing compatible equipment, conducting annual inspections, and promptly addressing safety issues. The contractor must prepare a yearly work schedule, maintain records, and deliver monthly reports on service performance. Site operations are restricted to weekdays during designated hours, with strict regulations on vehicle use and safety practices. Additionally, the document delineates government responsibilities, including quality assurance inspections and oversight of contractor performance, underlining the consequences for non-compliance. Overall, this file sets forth clear expectations and standards for fire protection services at a critical government facility, ensuring safety, efficiency, and compliance with all applicable regulations.
    This document outlines the site plan and building schedule for the Kaena Point Satellite Tracking Station, operated by the Idaho National Engineering Environmental Laboratory under USAF's AFSPACECOM 50SW. It details the infrastructure, including booster pumping stations, water wells, and various administrative and operational buildings. The site encompasses multiple facilities, categorized by their identification numbers, each described with specific details regarding location and function, like access control, storage, and maintenance facilities. Key infrastructural components also include power plants, water storage tanks, and various electrical setups. The documents are structured with a mix of diagrams, schedules, and data tables, indicating revisions and effective dates. This comprehensive planning aligns with federal standards for functionality, security, and environmental compliance, critical for maintaining operations at this strategic military site while addressing the need for effective infrastructure management. The documentation plays a significant role in justifying governmental RFPs and grants related to national defense and satellite operations.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Kitchen Hoods & Fire Suppression System Inspection, Repair, & Maintenance (Service)
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors for the inspection, repair, and maintenance of kitchen hoods and fire suppression systems at F.E. Warren Air Force Base in Wyoming and associated Missile Alert Facilities. The procurement requires contractors to provide all necessary personnel, equipment, and services for semi-annual inspections, maintenance, and emergency repairs, ensuring compliance with applicable standards and regulations. This initiative is crucial for maintaining operational readiness and safety within military facilities, emphasizing the importance of effective fire suppression systems. Interested parties must submit their written quotations by October 15, 2024, with inquiries directed to Halle Schaneman at halle.schaneman@us.af.mil or Arthur W. Makekau at arthur.makekau@us.af.mil, and must be registered in the System for Award Management (SAM) prior to contract award.
    PSFB Fire Alarm System (FARS) Upgrade
    Active
    Dept Of Defense
    The Department of Defense, through the 21st Contracting Squadron at Peterson Space Force Base, is soliciting quotes for the upgrade of the Fire Alarm System (FARS) across multiple buildings on the base. This project involves the replacement and enhancement of network switches and Uninterrupted Power Supply (UPS) systems, ensuring compliance with safety and environmental regulations while utilizing energy-efficient products. The upgrade is critical for maintaining operational readiness and safety standards at the facility, with a project completion timeline of 180 calendar days. Interested vendors must submit their quotes by September 25, 2024, and can contact SrA Langley Davis at langley.davis@spaceforce.mil or Amanda Davidson at amanda.davidson.5@spaceforce.mil for further information.
    IDS and AFNET Fiber for the Hawaii Air National Guard
    Active
    Dept Of Defense
    The Department of Defense, specifically the Army National Guard, is soliciting quotes for the installation of Intrusion Detection Systems (IDS) and fiber optic lines for the Hawaii Air National Guard, with a focus on the 150th Electromagnetic Warfare Squadron in Kauai and the 109th EWS at Joint Base Pearl Harbor-Hickam in Honolulu. The procurement aims to enhance security measures and communication infrastructure at military facilities, ensuring compliance with federal security standards and operational readiness. Interested vendors must submit their proposals, including price quotes and technical approaches, by 10:00 a.m. Hawaii Standard Time on September 27, 2024, with inquiries directed to Jonathan Weber at jonathan.weber.14@us.af.mil. This opportunity is set aside for small businesses, reflecting the government's commitment to supporting small business participation in federal contracting.
    Fire Suppression System
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified small businesses to provide fire suppression services at Malmstrom Air Force Base (MAFB) in Montana. The procurement involves the annual inspection and maintenance of 266 portable fire extinguishers and bi-annual inspection, testing, maintenance, and recertification of 30 wet/dry chemical fire extinguishing systems, spanning a base year and four option years from October 1, 2024, to September 30, 2029. This contract is crucial for ensuring the safety and compliance of fire protection measures at military installations, adhering to industry standards and federal regulations. Interested contractors must submit their quotes by 2:00 PM MT on September 25, 2024, and direct any inquiries to the designated contacts, Lt. Randolph Foote and Viviana Castillo Ramirez, via the provided email addresses.
    J--Inspection, cleaning and maintenance of Structural and Proximity Fire Fighting Protective Ensembles (FFPE), and Individual Ensemble Elements (IEE) for JBPHH Fed Fire Dept
    Active
    Dept Of Defense
    J--Inspection, cleaning and maintenance of Structural and Proximity Fire Fighting Protective Ensembles (FFPE), and Individual Ensemble Elements (IEE) for JBPHH Fed Fire Dept The Department of Defense, specifically the Department of the Navy, is seeking commercial services for the inspection, cleaning, and maintenance of Structural and Proximity Fire Fighting Protective Ensembles (FFPE) and Individual Ensemble Elements (IEE) for the Fed Fire Department at Joint Base Pearl Harbor (JBPHH). These services are necessary to ensure the proper functioning and safety of the fire fighting gear used by the department. Interested vendors must submit their quotes electronically through email to donna.franzese@navy.mil. The deadline for submission of quotes is Wednesday, 27 January 2016 by 1400 Hawaii Standard Time.
    Repair SPCS Fence, Barking Sands PMRF, HI
    Active
    Dept Of Defense
    The Department of Defense, through the Hawaii National Guard, is seeking proposals from qualified small businesses for the repair of the SPCS Fence at the Barking Sands Pacific Missile Range Facility (PMRF) in Hawaii. The project involves enhancing the existing fence by adding outriggers, repairing damaged sections, and reconfiguring gates, with a total construction duration of 90 days following the notice to proceed. This procurement is critical for maintaining the security and operational integrity of the facility, with a budget estimated between $25,000 and $100,000. Interested contractors must attend a pre-proposal conference on September 11, 2024, and submit their proposals by September 19, 2024; for further inquiries, they can contact Cezar Y. de Veas at cezar.y.deveas.mil@army.mil or Clesson Paet at clesson.k.paet.civ@army.mil.
    UPS Maintenance
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting quotes for maintenance services of Uninterruptible Power Supply (UPS) systems at Joint Base Pearl Harbor-Hickam (JBPHH) in Hawaii. The contract, designated under solicitation number FA521524Q0003, requires the contractor to provide preventive maintenance, battery replacement, and 24/7 emergency support for Schneider Electric APC UPS units, ensuring the reliability of power for Sensitive Electronic Equipment Systems (SEES). This procurement is critical for maintaining operational capabilities at the 613th Air Operations Center, with a contract duration from September 30, 2024, to September 29, 2025, and options for up to five additional years. Interested small businesses must submit their quotes by September 23, 2024, and may direct inquiries to Joshua Ziegler at joshua.ziegler.3@us.af.mil or Daniel Callahan at daniel.callahan.7@us.af.mil.
    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.
    Repair Multiple Roll up Doors
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for the repair and replacement of roll-up door systems at the Hawaii Air National Guard Campus located at Joint Base Pearl Harbor-Hickam (JBPHH). The project involves repairing one roll-up door in Building 3423 and an additional nineteen in Building 3424, with the contractor responsible for all necessary labor, equipment, and materials, adhering to federal and state regulations. This procurement is crucial for maintaining operational efficiency and safety at military facilities, and it is set aside for small businesses under the NAICS code 238290, with a submission deadline of 11:00 AM Hawaii Standard Time on September 19, 2024. Interested vendors should direct their electronic proposals to Warren Sabugo at warren.m.sabugo.civ@army.mil and may contact him at 808-844-6421 for any inquiries before the deadline.
    Fire Detection System Inspect and Test
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the US Coast Guard, is seeking a Fire Detection System Inspect and Test service. This service is typically used to ensure the proper functioning and safety of fire detection systems on ships and marine equipment. The place of performance for this procurement is in Alameda, CA. Interested vendors must submit their quotes by 0800 Pacific Time on November 7, 2023, and the contract will be awarded on a firm-fixed-price basis. For more details, interested vendors can refer to the attached statement of work.