Rewire Fire Alarm Voice Notification System
ID: 1232SA25Q0324Type: Combined Synopsis/Solicitation
Overview

Buyer

AGRICULTURE, DEPARTMENT OFAGRICULTURAL RESEARCH SERVICEUSDA ARS AFM APDBELTSVILLE, MD, 20705, USA

NAICS

Electrical Contractors and Other Wiring Installation Contractors (238210)

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 Agriculture, specifically the Agricultural Research Service, is seeking qualified contractors to rewire the Fire Alarm Voice Notification System at its facility in Ames, Iowa. The project involves replacing existing wiring with fire alarm-rated twisted pair shielded wire, integrating with the Simplex 4100ES fire panel, and ensuring compliance with federal and state codes, including NFPA 72. This procurement is critical for enhancing fire safety and communication infrastructure at the facility, with a firm fixed-price contract expected to be awarded based on the Lowest Price Technically Acceptable (LPTA) evaluation method. Interested small businesses must submit their quotes electronically to Tiffany Reval by August 21, 2025, and are encouraged to attend a pre-scheduled site visit on July 29 or July 31, 2025, after pre-registering by July 25, 2025.

    Point(s) of Contact
    Files
    Title
    Posted
    This document is a collection of responses to questions regarding a federal government Request for Proposal (RFP) related to fire alarm systems. Key questions addressed include the availability of PPQ forms and fire alarm prints (attachments 5 and 6 respectively). The RFP allows for a major subcontractor's resume to be submitted for the superintendent role, aligning with FAR 52.236-6. Regarding wiring, the Statement of Work (SOW) mandates total replacement of existing fire alarm rated twisted pair shielded wire, with new wire using conduit where existing wire is run in conduit, and new devices potentially having wire flown or installed in conduit as needed. For speaker placement, NFPA 72 guidelines for Emergency Voice/Alarm Communication Systems (EVACS) dictate spacing, supplemented by the SOW specifying one speaker per lab, conference room, and penthouse, and providing a comprehensive list of lab numbers for reference.
    This Statement of Work (SOW) outlines the requirements for rewiring the fire alarm system and installing a voice notification system at the National Laboratory for Agriculture and the Environment. The project involves replacing existing wiring with fire alarm-rated twisted pair shielded wire, integrating with the Simplex 4100ES fire panel and Simplex TrueAlarm Analog Sensors, and expanding the system with Simplex Voice Notifications in key areas. The contractor must comply with NFPA 72, ensure spare capacity in circuits, and conduct thorough testing, including a 30-day "burn-in" period. The work is to be completed within 180 days, with monthly progress reports required. The contractor is responsible for verifying site conditions, protecting the existing structure, and maintaining a clean job site. They must also provide as-built drawings and have a minimum of five years of electrical experience with references. Work hours are limited to weekdays, with weekend and early morning hours requiring coordination. This RFP aims to enhance fire safety and communication infrastructure at the facility.
    The document outlines a Past Performance Questionnaire (PPQ) for Request For Quote (RFQ) # 1232SA25Q0324, concerning the rewiring of a fire alarm with USDA-ARS in Ames, Iowa. This PPQ is a critical component for source selection, requiring contractors to complete their company-specific information and then forward the form to their clients for completion. Clients are required to verify, concur, and score various aspects of the contractor's performance, including overall technical performance, quality of work, schedule performance, and cost performance. Additionally, clients must indicate whether the contractor proactively identified and mitigated risks and if they would use the company again. The completed forms must be emailed to tiffany.reval@usda.gov by the RFQ closing date. The questionnaire also includes sections for the customer's contracting office to provide an overall contractual performance rating and state if they would use the company again. This process ensures a comprehensive evaluation of past performance for potential contract awards.
    The document outlines the scope of work for installing a new automatic and manual fire alarm system at the MWA National Lab for Agriculture in Ames, IA, adhering to federal and state codes like IFC 2021, IBC 2021, NFPA 70 2020, and NFPA 72 2019. The project requires all wiring to be Class B Notification Appliance Circuits, Initiating Device Circuits, and Signaling Line Circuits. The system must transmit alarm, supervisory, and trouble signals to an approved supervising station (UUFX or UUJS Underwriters Laboratory listed or Factory Mutual Research Approval Standard 3011 compliant). Pathway survivability level 1 is mandated, utilizing metal raceways or armored cables within a fully sprinklered building. The document provides detailed general notes for installation, including conduit routing, coordination with Johnson Controls for deviations, daily updates to as-built drawings, and specific wiring requirements for different cable types (FPLP, FPLR, THHN, TFFN, Outdoor). It also lists the bill of materials for new panels, initiating devices (heat and smoke sensors, manual pull stations, duct smoke detectors), modules, relays, and notification appliances (horn/strobes). Key contacts for Johnson Controls are provided, along with a table detailing system inputs and outputs and a sheet list for all project drawings. The fire alarm system includes an existing 4100ES Fire Alarm Control Panel, remote power supply, and serial LCD annunciator, with new and replacement devices specified throughout the building's basement and first floor.
    The Statement of Work (SOW) outlines the requirements for the Fire Alarm Re-wire and Voice Notification project at the National Laboratory for Agriculture and the Environment. The primary objective is to replace existing fire alarm wiring with new fire alarm rated twisted pair shielded wire and to expand the alarm system to include Simplex brand voice notification speakers. The contractor must ensure all devices communicate properly with the fire panel and comply with NFPA 72 standards, maintaining a minimum spare capacity for future expansions. Contractors are responsible for verifying project details, protecting existing structures, maintaining job site cleanliness, and conducting thorough system tests post-installation. They must provide monthly progress reports, adhere to established work hours, and include certified electricians and a project manager in the key personnel. The project is to be completed within 180 days of award, with a focus on documentation including as-built drawings and completion reports. Overall, this SOW aims to ensure the building's fire alarm system is updated and enhanced to meet contemporary safety standards while emphasizing contractor accountability and communication throughout the project's duration.
    This document is an amendment to solicitation 1232SA25Q0324, changing the closing date from August 18, 2025, to August 21, 2025. The contracting officer has been changed from Christopher A Tomlin to Lynn S Hults. Additionally, three new attachments have been added: "1232SA25Q0324 RFI Responses 250814," "Attachment 5 - Past Performance Questionnaire," and "Attachment 6." All other terms and conditions of the original solicitation remain unchanged. Offerors must acknowledge receipt of this amendment by completing items 8 and 15 and returning copies, by acknowledging on each offer copy, or by separate communication before the specified hour and date, or their offer may be rejected.
    The document outlines the solicitation (RFP) for reworking the Fire Alarm Voice Notification System in Ames, Iowa, under USDA's Agricultural Research Service. It specifies that the contractor will be responsible for all necessary labor, materials, supervision, and compliance with federal, state, and local regulations. The project is under a firm fixed-price contract and has a completion timeline of 180 days from the notice to proceed. Requirements include obtaining necessary permits, managing key personnel, and ensuring compliance with biobased product requirements as mandated by the USDA. The solicitation emphasizes the importance of safety, mandating OSHA training for employees, and outlines expectations for employee conduct and appearance. Additionally, it details the process for final inspection, acceptance, and invoicing to ensure proper compliance and oversight. The document integrates various contract clauses, including those regarding identity verification, insurance, and reporting on biobased products. Overall, it serves to facilitate the procurement process in alignment with government regulations, ensuring the successful execution of the fire alarm system upgrade within the specified timeframe and budget.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    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.
    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.
    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.
    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.
    PN: 636A8-24-003, Correct Lightning Protection and Grounding
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals from qualified Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) for Project Number 636A8-24-003, titled "Correct Lightning Protection and Grounding," aimed at upgrading the lightning protection systems across various buildings at the Iowa City VA Health Care System. The project involves the removal of outdated lightning protection components and the installation of new systems compliant with Underwriters Laboratory (UL) standards, ensuring enhanced safety and reliability for the facility. With an estimated construction cost between $1,000,000 and $2,000,000, the contract requires adherence to federal regulations, including wage determinations and safety protocols, with proposals due by December 30, 2025, at 10:30 AM CT. Interested parties should direct inquiries to Contracting Officer Angie Frost at Angela.Frost2@va.gov or call 651-293-3070.
    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.
    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.