REPAIR FIRE ALARM & DETECTION AND MNS SYSTEM, B995 AT OSAN AB (MATOC Work Plan only)
ID: W90VN6-25-R-015Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMY0906 AQ CO CONTRACTING BATAPO, AP, 96202-0000, USA

NAICS

Commercial and Institutional Building Construction (236220)

PSC

MAINTENANCE OF OTHER ADMINISTRATIVE FACILITIES AND SERVICE BUILDINGS (Z1AZ)
Timeline
    Description

    The Department of Defense, specifically the Department of the Army, is soliciting proposals from qualified contractors for the repair of the fire alarm and detection system, along with the Mass Notification System (MNS) at Building 995, Osan Air Base, Korea. This opportunity is exclusively available to contractors under the MATOC Work Plan in Area III, and proposals must adhere to the provided Statement of Work (SOW) and associated specifications. The project is crucial for enhancing safety systems at military installations, with a contract value estimated between $250,000 and $500,000, requiring completion within 300 calendar days after the notice to proceed. Interested contractors should submit their proposals via email by 1300 hours on the specified closing date and may contact Ikchung Om at ikchung.om2.ln@army.mil or Pyongha Hwang at pyongha.hwang.ln@army.mil for further details.

    Files
    Title
    Posted
    This document outlines a Request for Proposal (RFP) for the repair of the fire alarm and detection, along with the Mass Notification System (MNS) at B995, Osan Air Base. The solicitation specifically addresses existing Matoc Work Plan Contractors in the area and invites proposals with a focus on compliance with the Statement of Work (SOW) and associated drawings. Proposals must be submitted by email by 1300 hours on the specified closing date and should include detailed technical and pricing components. A mandatory site visit is scheduled for interested contractors to better understand the project requirements. The contractor is required to commence work within ten calendar days after receiving a notice to proceed and to complete the project within 300 calendar days. The requested contract value falls between $250,000 and $500,000, and bidders must confirm their understanding of various tax exemptions pertinent to the contract. The evaluation process will assess design submissions, pricing proposals, and the completeness of tax documentation. Award will be made to the lowest priced offer evaluated as acceptable across all criteria. This RFP reflects the government's commitment to enhancing safety systems at military installations while ensuring compliance with regulatory standards.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Fire Alarm System Replacement, Mountain Home AFB
    Buyer not available
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for the design-build replacement of the fire alarm system at the Sagebrush Inn, Building 2320, located at Mountain Home Air Force Base in Idaho. The project aims to replace the outdated fire alarm system with a new addressable system, ensuring compliance with fire code requirements and enhancing safety for the facility's occupants. This procurement is critical for maintaining operational safety and efficiency, as the existing system lacks available replacement parts and poses a risk to the facility's mission. Interested contractors should note that proposals are due by December 1, 2025, at 3:00 PM local time, and a site visit is scheduled for November 3, 2025, at 2:00 PM MST. For further inquiries, contact Cameron Smith at 208-828-0743 or Konrad Zirkle at 208-828-6478.
    5 Years Security Barriers System Inspection, Testing, Maintenance and Repair (ITMR), Kunsan AB
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking contractors for a five-year contract focused on the inspection, testing, maintenance, and repair of the Security Barriers System at Kunsan Air Base. This procurement aims to ensure the operational integrity and reliability of security barriers, which are critical for maintaining safety and security at military installations. Interested contractors should note that the opportunity falls under the Facilities Support Services industry, with a NAICS code of 561210 and a PSC code of J095, indicating maintenance and repair services for metal barriers. For further inquiries, potential bidders can contact Kihyun Kang at kihyun.kang.ln@army.mil or 315-755-9303, or Kilchae Song at kilchae.song.ln@army.mil or 315-755-9310.
    South Dakota National Guard Multiple Award Task Order Contract (MATOC) for Construction
    Buyer not available
    The Department of Defense is soliciting proposals for the South Dakota National Guard Multiple Award Task Order Contract (MATOC) for construction services, specifically targeting maintenance, repair, and construction activities in support of National Guard operations in South Dakota. This procurement is structured as a Construction Indefinite Delivery-Indefinite Quantity (IDIQ) contract, with a total value not to exceed $25 million over two five-year ordering periods, and is set aside exclusively for small businesses under NAICS code 236220. The contract is crucial for ensuring the ongoing operational readiness and infrastructure support of the National Guard, with the proposal due date extended to December 3, 2025, at 12:00 PM CST. Interested parties should acknowledge all amendments when submitting proposals and may contact TSgt Steven Audinet at steven.audinet.1@us.af.mil or (605) 988-5933 for further information.
    Renovation Bldg. 52, Kansas Air National Guard, McConnell AFB, Kansas
    Buyer not available
    The Department of Defense, through the Department of the Army, is seeking contractors for the renovation of Building 52 at McConnell Air Force Base in Kansas. This project involves the use of specific brand-name items to ensure compliance with standards for security alarm systems, fire alarm systems, utility meter readings, and direct digital controls systems. The identified brands include Advantar Alarm System, Notifier Fire Alarm System by Honeywell, and Schneider Electric products, which are critical for maintaining operational integrity at the base. Interested contractors can reach out to Jeri L. Halterman at Jeri.l.Halterman@usace.army.mil or by phone at 816-389-2198 for further details regarding the procurement process.
    Commissary Equipment Maintenance Services for Osan, Kunsan, K-16, and Osan CDC
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking contractors to provide Commissary Equipment Maintenance Services for facilities located at Osan, Kunsan, K-16, and Osan Child Development Center (CDC). The procurement aims to ensure the proper maintenance and repair of commercial and industrial machinery and equipment, which is crucial for the operational efficiency of these commissary facilities. Interested contractors should note that the primary point of contact for this opportunity is Nam Ye Pak, who can be reached via email at NAMYE.PAK1.LN@army.mil or by phone at 011-82-0503-355-0636. Further details regarding the contract specifics, including deadlines and funding amounts, will be provided in the solicitation documents.
    Z1DA--Copy of NRM| 595-26-201 Campus Wide Fire Alarm Replacement DB (VA-26-00010241)
    Buyer not available
    The Department of Veterans Affairs, specifically the Network Contracting Office 4, is soliciting proposals for a design-build project to replace the campus-wide fire alarm and mass notification systems at the Lebanon VA Medical Center. The project involves providing comprehensive construction documents and conducting site investigations to ensure the effective replacement of existing EST-3 systems with new EST-4 or equivalent systems, while adhering to various regulatory standards. This initiative is critical for maintaining safety and operational continuity within the medical facility, with a contract value estimated between $1 million and $2 million, set aside exclusively for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs). Interested offerors must submit their proposals by November 18, 2025, with a new deadline for submissions extended to November 26, 2025, at 4:00 PM EST, and can direct inquiries to Contract Specialist Amanda M. Murphy at amanda.murphy5@va.gov.
    Z1DA--PN: 568-24-106, Upgrade Fire Alarm System (FM)
    Buyer not available
    The Department of Veterans Affairs (VA) is seeking qualified contractors for the upgrade of the Fire Alarm System at the Black Hills Health Care System - Fort Meade Campus in South Dakota. This project, identified as number 568-24-106, involves a comprehensive upgrade to the existing fire alarm system, which must be compatible with Johnson Controls, Inc. components, and includes tasks such as demolition, installation of new devices, and electrical work. The contract is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), with an estimated construction magnitude between $2,000,000 and $5,000,000, and a Period of Performance of 670 calendar days. Interested bidders must be registered in the System for Award Management (SAM) and certified as SDVOSB, with the Invitation for Bids (IFB) expected to be issued around November 21, 2025. For further inquiries, contact Contract Specialist John Breyer at john.breyer@va.gov.
    THEATER AIRCRAFT CORROSION CONTROL PREP HANGAR, KADENA AIR BASE, OKINAWA, JAPAN
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for the construction of a Theater Aircraft Corrosion Control Prep Hangar at Kadena Air Base in Okinawa, Japan. This project involves the design and construction of a facility that includes two hangar bays for corrosion treatment, painting, and preparation, along with necessary supporting infrastructure such as utilities, HVAC, and fire protection systems. The facility is crucial for maintaining the operational readiness of large-bodied aircraft, addressing the unique environmental challenges posed by the region, including corrosion and humidity. Proposals are due by January 6, 2026, with an estimated contract value between $250 million and $500 million. Interested parties can contact Valeria Fisher at valeria.fisher@usace.army.mil or Jack T. Letscher at Jack.T.Letscher@usace.army.mil for further information.
    Maintenance and Repair of Fire Control Center Systems - USAG Ansbach
    Buyer not available
    The Department of Defense, through the Regional Contracting Office - Bavaria, is preparing to solicit bids for the maintenance and repair of Fire Control Center systems at USAG Ansbach, located in Bavaria, Germany. This procurement will involve a Requirements Type Contract that includes Firm Fixed Price (FFP), Time and Material (T&M), and Labor Hour (LH) Contract Line Item Numbers (CLINs), with the evaluation based on low price technically acceptable factors. The services are critical for ensuring the operational readiness and reliability of fire control systems, and the solicitation is expected to be posted on the sam.gov website in December 2024. Interested contractors must be registered in the System for Award Management (SAM) and are encouraged to monitor the website for updates, as all documentation will be available online and no paper copies will be distributed. For further inquiries, potential bidders can contact Kimberly Marra at kimberly.l.marra.civ@army.mil or by phone at 314-526-8706.
    PMI for Fire Protection and IDS at CFAY
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Systems Command (NAVFAC) Far East, is soliciting proposals for preventive maintenance and inspection services for fire protection and intrusion detection systems at various locations under the U.S. Commander Fleet Activities, Yokosuka (CFAY) in Japan. The procurement aims to establish a combination contract that includes both recurring and non-recurring service orders to ensure the operational readiness and safety of these critical systems at sites including Ikego, Urago, Azuma, Negishi North Dock, Tsurumi, and Nagai. These services are vital for maintaining safety and security standards within military facilities, thereby supporting overall mission readiness. Interested contractors can reach out to Ryouhei Shindo at Ryouhei.Shindo.ln@us.navy.mil or by phone at 0081 46 816 7513 for further details regarding the solicitation process.