Z--SD - DC Booth - Replace Fire Alarm Panel - Adminis
ID: 140FS225Q0090Type: Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THEUS FISH AND WILDLIFE SERVICEFWS, SAT TEAM 2Falls Church, VA, 22041, USA

NAICS

Plumbing, Heating, and Air-Conditioning Contractors (238220)

PSC

MAINTENANCE OF OFFICE BUILDINGS (Z1AA)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Mar 25, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 7, 2025, 12:00 AM UTC
  3. 3
    Due Apr 14, 2025, 7:00 PM UTC
Description

The Department of the Interior, specifically the U.S. Fish and Wildlife Service, is soliciting bids for the replacement of the fire alarm panel at the Administration Building of the DC Booth National Fish Hatchery. The project aims to enhance fire safety by replacing an outdated system that has been in place since 1995, addressing issues such as false alarms and ensuring compliance with current safety standards. This initiative is critical for protecting both the facility's occupants and its historical archives, reflecting the government's commitment to maintaining safe operational environments. Interested contractors must submit their quotes via email to Dana Arnold by April 7, 2025, with the project expected to commence on April 21, 2025, and conclude by June 6, 2025.

Point(s) of Contact
Files
Title
Posted
Apr 7, 2025, 5:04 PM UTC
The D.C. Booth National Fish Hatchery is seeking a contractor to replace the outdated fire alarm system in its Administration and Archives Building. Installed in 1995, the current system is deemed obsolete, frequently triggering false alarms. The project aims to enhance fire protection for both occupants and historical archives by installing a new fire panel, annunciator, smoke detectors, and additional components to monitor the dry systems. Contractors must be licensed in South Dakota and comply with all relevant federal, state, and local regulations. Work will be performed at the hatchery location and is deemed urgent due to fire hazards. Normal operating hours are Monday to Friday, with emergency contact details required for non-duty hours. Contractors are responsible for procuring necessary components and creating installation schematics. Acceptance of the work is contingent upon the U.S. Fish and Wildlife Service representatives evaluating it as satisfactory. The project emphasizes quality control in alignment with industry standards, ensuring a reliable fire suppression system for the facility. The summary highlights the project’s significance in preserving both life safety and valuable historical resources while maintaining compliance with regulatory standards.
Apr 7, 2025, 5:04 PM UTC
The D.C. Booth National Fish Hatchery is initiating the replacement of the fire alarm system in its Administration and Archives Building to enhance fire safety for both occupants and historical items. The current system is outdated, having been installed in 1995, and is experiencing issues such as false alarms. The project involves replacing the fire panel, annunciator, smoke detectors, notification devices, and adding monitoring modules for dry systems. Contractors must possess appropriate licenses in South Dakota and adhere to all relevant regulations. The work is to be conducted on-site and is prioritized for immediate completion due to fire vulnerability. Government personnel will evaluate the work upon completion to ensure it meets necessary standards. The primary point of contact for the project is April C. Gregory, Curator of Collections and Exhibitions. This project is classified as a federal RFP, aimed at improving safety and compliance within government-managed facilities, reflecting the government's responsibility to protect both people and property.
Apr 7, 2025, 5:04 PM UTC
Apr 7, 2025, 5:04 PM UTC
The document outlines a solicitation for replacing the outdated fire alarm panel in the Administration Building at the SD - DC Booth National Fish Hatchery (NFH), identified as Solicitation #140FS225Q0090. The existing panel, a Cerberus Pyrotronics model from the mid-1990s, is managed by Electro-Watchman, Inc. The initiative aims to upgrade the fire safety system to ensure compliance with current safety standards and improve operational efficiency. The successful contractor will be responsible for installing a new fire alarm panel that meets modern specifications and effectively addresses fire monitoring needs. This project reflects a commitment to enhancing safety infrastructure within federal facilities, highlighting the importance of maintaining up-to-date emergency response systems.
Apr 7, 2025, 5:04 PM UTC
The document outlines the requirements for submitting technical experience and references as part of a government Request for Proposals (RFP) process. Offerers are mandated to detail their technical experience with up to three relevant projects that match the stated Statement of Work in terms of size and complexity. For each project, they must provide specific information, including the contract type, number, total value, the agency involved, and contact details of person(s) familiar with the work. Additionally, the timeline for the projects and a brief description of the offered services are required. This submission must be treated with urgency, with a clear deadline noted for submission to Dana Arnold via email. The document emphasizes the importance of demonstrating relevant experience to qualify for consideration in the federal contracting process.
Apr 7, 2025, 5:04 PM UTC
The document pertains to a federal solicitation for the replacement of the fire alarm panel at the Administration Building of the DC Booth National Fish Hatchery. It details the amendment of an existing solicitation numbered 140FS225Q0090, outlining submission requirements for contractors interested in bidding. Key components include the deadline for quote submissions (April 7, 2025), technical requirements for potential contractors, and evaluation criteria based on technical capabilities, experience, and pricing. Contractors must provide a narrative demonstrating understanding of the project scope, reference past performance, and acknowledge compliance with federal regulations, especially concerning telecommunications equipment and their manufacturing origins. The amendment includes provisions regarding mandatory representations and certifications to ensure compliance with federal contracting laws. Emphasis is placed on the necessity for registered vendors in the System for Award Management (SAM) to be eligible for contract awards, along with guidance on required disclosures related to telecommunications services under the John S. McCain National Defense Authorization Act. Overall, the document is a crucial step in the government procurement process aimed at enhancing safety through updated fire alarm systems.
Apr 7, 2025, 5:04 PM UTC
The document is an amendment to solicitation number 140FS225Q0090 for the replacement of the fire alarm panel at the Administration Building of SD - DC Booth. The amendment provides additional information on the existing fire alarm panel and specific instructions for acknowledgment. Contractors must submit quotes by April 7, 2025, via email to the designated Contracting Officer, Dana Arnold. Proposals should include a completed Standard Form 1449, company information, provisions, technical capabilities, past performance, and pricing. The evaluation of proposals will focus on technical capabilities, experience, past performance, and overall price. Offerors must demonstrate understanding and compliance with project requirements, exemplified through a narrative response. Additionally, various federal provisions related to telecommunications, obligation disclosures, and representations required for government contracting are included. The document emphasizes the importance of proper compliance regarding telecommunications equipment, past performance evaluations, and relevant business certifications such as small business status and tax compliance. This amendment underscores the federal government's structured approach to managing contracts and ensuring adherence to regulatory standards in procurement processes.
Apr 7, 2025, 5:04 PM UTC
The document is an amendment to solicitation number 140FS225Q0090, concerning the replacement of the fire alarm panel at the Administration Building of SD - DC Booth National Fish Hatchery. It outlines updated requirements including a new timeline for the project's start and end dates, which are adjusted from April 14, 2025, to April 21, 2025, and May 31, 2025, to June 6, 2025, respectively. Contractors interested in bidding must acknowledge the amendment and submit their quotes via email to the designated contracting officer, Dana Arnold. The amendment provides detailed instructions on proposal submissions, which include a completed SF 1449 form, company information, technical capabilities narrative, and past performance documentation. Evaluation criteria will focus on technical capability, experience, past performance, and pricing, with an emphasis on adherence to submission requirements. Additional regulatory and compliance provisions cover telecommunications equipment, ethical certifications, and representations related to the business operations of offerors, including socio-economic considerations. This document encapsulates critical updates essential for the bidding process and ensures compliance with federal contracting regulations, showcasing the government's commitment to maintaining safety in its facilities.
Apr 7, 2025, 5:04 PM UTC
The document outlines a Request for Quotation (RFQ) for the replacement of the fire alarm panel and components at the Administration Building of DC Booth National Fish Hatchery. The RFQ specifies that interested contractors must submit their quotes via email by April 7, 2025, and emphasizes the necessity for adherence to specific guidelines and documentation, such as completing the Standard Form 1449 and providing evidence of technical capabilities. Evaluation criteria will focus on the offeror's technical experience related to fire suppression systems, past performance, and price competitiveness. Additional requirements include the submission of a narrative statement showcasing the understanding of project demands, compliance with federal regulations—such as the System for Award Management (SAM) registration—and certifications concerning telecommunications equipment. The project delivery period is expected to start in mid-April 2025, with a completion deadline of May 31, 2025. This RFQ facilitates a transparent process for contractors, highlighting the importance of quality and compliance in federal contracts.
Lifecycle
Title
Type
Solicitation
Similar Opportunities
Z--GAOA - Browns Park NWR Butler Storage Building Reh
Buyer not available
The U.S. Department of the Interior, through the U.S. Fish and Wildlife Service, is soliciting proposals for the rehabilitation of the Butler Storage Building at Browns Park National Wildlife Refuge in Maybell, Colorado. The project aims to enhance the building's functionality, safety, and energy efficiency, involving significant renovations such as replacing bay doors, updating lighting and ventilation systems, and installing safety features like emergency showers and GFCI outlets. This initiative underscores the government's commitment to maintaining and upgrading federal facilities to meet modern standards. Interested contractors must submit their proposals by May 8, 2025, with a budget range of $250,000 to $500,000, and can direct inquiries to Samantha LaGue at samanthalague@fws.gov or by phone at 413-253-8349.
SD - DC BOOTH HNFH - INSTALLATION OF ARCHIVE ROLLI
Buyer not available
The U.S. Fish and Wildlife Service (USFWS) is seeking proposals for the installation of high-density mobile archive rolling shelves at the DC Booth Historic National Fish Hatchery in Spearfish, South Dakota. The project aims to enhance the storage capabilities of the National Fish and Aquatic Conservation Archives (NFACA) by implementing a rail-mounted system that complies with federal archival standards, ensuring safe access and efficient use of space for over 1.9 million archival records and 14,000 artifacts. This solicitation is a total small business set-aside, with a firm-fixed price contract expected to be awarded by June 30, 2025, and requires interested bidders to conduct a site visit, submit detailed proposals by April 25, 2025, and contact Khalilah Brown at khalilahbrown@fws.gov for further inquiries.
Y--AL-BON SECOUR NWR-REPLACE HDQTRS OFFICE
Buyer not available
The U.S. Fish and Wildlife Service (FWS) is soliciting proposals for the construction of a new headquarters office and maintenance facility at the Bon Secour National Wildlife Refuge in Gulf Shores, Alabama, under solicitation number 140FGA25R0004. The project involves providing all necessary materials, labor, and equipment while adhering to federal, state, and local regulations, including the latest building codes. This initiative is crucial for enhancing visitor engagement and operational efficiency at the refuge, which plays a significant role in wildlife conservation and public education. Interested contractors must submit their sealed bids by April 21, 2025, and are encouraged to contact Ian Young at ianayoung@fws.gov or 612-713-5214 for further information.
Z--NIFC 210 RMP Insulation Replacement
Buyer not available
The Bureau of Land Management (BLM) is preparing to issue a solicitation for the replacement of insulation at the National Interagency Fire Center (NIFC) in Boise, Idaho. The project involves replacing exposed polyisocyanurate rigid board insulation with compliant materials at the NIFC 210-Ramp Services, ensuring adherence to building codes and the Buy American Act. This construction work is significant for maintaining the facility's operational integrity and is expected to commence in Summer 2025, with a contract value estimated between $100,000 and $250,000. Interested contractors should monitor www.sam.gov for the solicitation release around February 2025 and are encouraged to attend a site visit to fully understand the project requirements; for inquiries, contact Matthew Steele at masteele@blm.gov or 208-387-5130.
OK DEEP FORK NWR BUNKHOUSE HVAC REPLACEMENT
Buyer not available
The Department of the Interior, through the U.S. Fish and Wildlife Service, is soliciting proposals for the replacement of the HVAC system at the Bunkhouse facility within the Deep Fork National Wildlife Refuge in Okmulgee, Oklahoma. The project requires the contractor to remove the existing HVAC system and install a new upflow gas furnace and coil, along with necessary ductwork and refrigerant lines, ensuring compliance with industry standards and safety protocols. This upgrade is crucial for enhancing the comfort and efficiency of the living conditions for seasonal employees, as the current system has been compromised due to age and wildlife damage. Interested small businesses must submit their quotes by April 8, 2025, with the performance period set from May 1 to June 1, 2025. For further inquiries, vendors can contact Jeremy Riva at jeremyriva@fws.gov or call 240-381-7321.
FIRE AND SECURITY SYSTEM AT TIMU
Buyer not available
The Department of the Interior, through the National Park Service, is soliciting proposals for the removal and replacement of fire and security systems at the Timucuan Ecological and Historical Preserve in Jacksonville, Florida. The project aims to install a modern, networked fire alarm and security system in several historical buildings, necessitating careful preservation measures due to their significance. This initiative is crucial for enhancing the safety and security of the site while maintaining its cultural and historical integrity. Proposals are due by May 2, 2025, with a project budget estimated between $500,000 and $1,000,000, and interested contractors must be registered as Service-Disabled Veteran-Owned Small Businesses. For further inquiries, contact William Vazquez at WilliamVazquez@nps.gov or 470-819-0934.
H--Fire Protection Sys Inspect/Test - 12 AK Parks
Buyer not available
The Department of the Interior, through the National Park Service, is seeking qualified contractors to provide fire protection systems inspection and testing services across 12 national parks in Alaska. The primary objective of this procurement is to ensure that fire safety systems are operational and compliant with National Fire Protection Association standards, thereby enhancing public safety and emergency preparedness within these facilities. This contract, which is set aside for small businesses, will span until October 31, 2025, and includes provisions for annual inspections, immediate reporting of deficiencies, and coordination with monitoring services. Interested vendors must submit their proposals by April 24, 2025, and can direct inquiries to Ronald Bunch at ronaldbunch@nps.gov or by phone at 907-201-7719.
42--INSTALL FIRE SUPPRESSION SYSTEM, ANJO
Buyer not available
The Department of the Interior, through the National Park Service, is soliciting bids for the installation of a fire suppression system at the Andrew Johnson National Historic Site in Greeneville, Tennessee. The project involves implementing a hydraulically designed double interlock preaction sprinkler system and a comprehensive fire alarm setup, ensuring compliance with NFPA 13 standards while preserving the historic integrity of the site. This initiative underscores the federal government's commitment to enhancing safety infrastructure at historical locations, with an estimated contract value between $250,000 and $500,000 and a performance period from July 1, 2025, to September 1, 2025. Interested small businesses must submit their firm-fixed price quotes by May 9, 2025, and can direct inquiries to Marilia Mateo at mariliamateo@nps.gov.
NM-REFUGES-Z6 LE UPFIT
Buyer not available
The U.S. Fish and Wildlife Service (FWS) is seeking qualified contractors to provide upfit services for emergency vehicles, specifically Ford F-150 trucks, to enhance the safety and functionality of Federal Wildlife Officers. The project requires the installation of emergency lighting, sirens, control consoles, and other law enforcement tools, adhering to strict quality and safety standards while minimizing modifications to maintain vehicle resale value. This initiative is crucial for ensuring that wildlife law enforcement personnel are equipped with reliable and effective vehicles for their duties. Interested vendors must submit their quotes by April 18, 2025, with a delivery deadline set for September 30, 2025. For further inquiries, potential bidders can contact Lydia Patrick at LydiaPatrick@fws.gov or by phone at 308-635-7851.
Z--MIIN 314972 & HAFO 314578 Rehab ID Parks Ops Bldgs
Buyer not available
The Department of the Interior, through the National Park Service, is soliciting proposals for the rehabilitation of operational buildings at the Hagerman Fossil Beds National Monument and Minidoka National Historic Site in Idaho, under solicitation number 140P2025R0015. The project involves significant construction activities, including the installation of a dry-pipe fire suppression system, the construction of a new maintenance building, and the drilling of a potable water supply well, with an estimated construction cost ranging from $1,000,000 to $5,000,000. This initiative is crucial for enhancing the operational integrity of national historic sites while ensuring compliance with safety and environmental standards. Interested small businesses must submit their proposals by April 28, 2025, at 12:00 PM MDT, and can direct inquiries to Gabriel Castellanos at gabrielcastellanos@nps.gov or by phone at 303-969-2118.