Provide Fire Alarms for 4 Buildings
ID: W911RP-18-T-0008Type: Presolicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW6QK PBA CONTR OFFPINE BLUFF, AR, 71602-9500, USA

PSC

INSTALLATION OF EQUIPMENT (N)

Set Aside

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

    The Department of Defense, specifically the Department of the Army, is seeking contractors to provide fire alarms for four buildings located at Pine Bluff, Arkansas. The procurement aims to enhance safety measures through the installation of essential fire alarm systems, which are critical for ensuring the protection of personnel and property. This opportunity is set aside for small businesses under the Total Small Business Set-Aside program, with the contracting office located at W911RP(CONSTRUCTION), 10-020 Kabrich Circle, Pine Bluff, AR 71602-9500. Interested parties can reach out to Contracting Officer Retha J. Sprinkle at retha.j.sprinkle.civ@mail.mil or by phone at 870-540-3054 for further details.

    Point(s) of Contact
    Retha J. SprinkleContracting Officer
    (870) 540-3054
    (870) 540-4090
    retha.j.sprinkle.civ@mail.mil
    Jeffrey L. AllredContract Specialist
    (870) 540-4130
    jeffrey.l.allred.civ@mail.mil
    Files
    No associated files provided.
    Lifecycle
    Title
    Type
    Presolicitation
    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of Defense, through the Department of the Air Force, is soliciting proposals for design-build services to replace the outdated fire alarm system at the Sagebrush Inn, Building 2320, located at Mountain Home Air Force Base in Idaho. The project requires the installation of a new addressable fire alarm system, including a comprehensive design, hazardous material surveys, and construction services, all in compliance with Unified Facility Criteria and relevant safety codes. This upgrade is critical to ensure the safety of the facility, which currently violates fire code requirements due to the lack of available replacement parts for the existing system. Interested contractors must submit their proposals by January 20, 2026, and can direct inquiries to primary contacts Cameron Smith and Taylor Inman via the provided email addresses. The estimated contract value ranges from $1 million to $5 million, with a performance period of 407 calendar days following the notice to proceed.
    Replace Fire Alarm System for Buildings 15, 65, 68, 88, 90, & 93
    Buyer not available
    The Department of Veterans Affairs is seeking qualified contractors to replace the obsolete fire alarm systems in multiple buildings at the Central Alabama Veterans Health Care System located in Tuskegee, Alabama. This project aims to address significant safety risks posed by the current outdated systems, which include an antiquated fiber optic network and lack of campus-wide voice/alarm functionality, with an estimated contract value between $10,000,000 and $20,000,000 and a completion period of 365 days. The procurement is a 100% Set-Aside for certified Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), and interested contractors must be SBA-certified and registered in SAM. The solicitation (36C24726R0028) is expected to be posted around January 31, 2026, and for further inquiries, potential bidders can contact Kimberly D Devlin at kimberly.devlin@va.gov or Joyce Powers at joyce.powers1@va.gov.
    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.
    BPA - Alarm, Signal and Security Detection Systems PSC 6350
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center Indian Head Division (NSWC IHD), is seeking to establish Blanket Purchase Agreements (BPAs) for Alarm, Signal, and Security Detection Systems under PSC Code 6350 and NAICS Code 334290. The procurement aims to engage small businesses that can provide standard commercial supplies and services at competitive prices, with BPA calls not exceeding the Simplified Acquisition Threshold, allowing for competition at the call level. These systems are critical for enhancing security measures and operational safety within military installations. Interested vendors must submit their documentation, including past performance references, by April 30 for June awards or October 31 for December awards, and can contact Barbara Grinder at barbara.j.grinder.civ@us.navy.mil for further information.
    Smoke Alarms
    Buyer not available
    The U.S. Department of State (DOS) is seeking industry input for a potential Blanket Purchase Agreement (BPA) to procure smoke alarms for U.S. Diplomatic Missions located overseas. The procurement aims to ensure compliance with safety standards, including UL217, CSFM, NFPA 72, NFPA 101, and ICC codes, and requires that all equipment be supplied from a single manufacturer (BRK) within fifteen business days of receiving a purchase order. This initiative is critical for maintaining fire safety in diplomatic facilities, and interested vendors are encouraged to submit their capabilities and relevant experience by December 9, 2025, at Noon (EST) to Theresa Hunt at huntt@state.gov.
    Lease for enhanced use of up to 1,065 acres of land
    Buyer not available
    The Department of the Army is soliciting proposals for an Enhanced Use Lease (EUL) for up to 1,065 acres of land at the Pine Bluff Arsenal in Arkansas. The objective is to engage private, public, or not-for-profit entities to design, finance, develop, and operate a manufacturing facility on the leased property, with a lease term of 50 years and an option for a 25-year renewal. This initiative aims to maximize financial returns for the Army while ensuring compliance with all applicable federal, state, and local regulations. Interested parties must submit their proposals detailing project plans, financial capabilities, and organizational structures, with all development costs being the sole responsibility of the selected Offeror(s). For further inquiries, contact Lisa Grossman at lisa.grossman@usace.army.mil, and ensure registration on sam.gov to receive any amendments to the RFP.
    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.
    Upgrade Fire Detection System at FCI Phoenix
    Buyer not available
    The Department of Justice, through the Federal Bureau of Prisons, is soliciting bids for the upgrade of the fire detection system at the Federal Correctional Institution (FCI) in Phoenix, Arizona. The project entails the installation of a new addressable fire alarm system across all buildings, including the integration of various safety features such as manual pull stations, automatic detectors, and connections to existing mechanical and fire suppression systems. This upgrade is crucial for enhancing safety protocols within the facility, ensuring compliance with federal regulations, and safeguarding personnel and inmates. Interested contractors must be registered as small businesses in SAM.gov under NAICS code 238210, with bids due by December 16, 2025, at 11:00 A.M. MST. For further inquiries, contact Alex Jackson at a4jackson@bop.gov or 202-578-9940.
    General Services Administration Office Space Pine Bluff, Arkansas
    Buyer not available
    The General Services Administration (GSA) is soliciting lease proposals for office space in Pine Bluff, Arkansas, under Request for Lease Proposals (RLP) NO. 4AR0185. The procurement requires 375 ABOA square feet of office space along with two surface parking spaces, with a 15-year initial full term and a 10-year firm term, allowing for termination rights after 90 days. This office space is essential for government operations and must meet specific criteria, including a location that is not within 2,000 feet of a daycare, school, or park, and the provision of 24/7 HVAC for a server room. Proposals are due by January 2, 2026, at 5:00 PM CST, and interested parties should contact Chantal Wells at Chantal.wells@gsa.gov for further information.
    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.