SERVICE TO TEST, INSPECT, AND REPAIR FENWAL 6000 FIRE ALARM SYSTEMS AND H2S GAS DETECTION SYSTEMS
ID: N4523A25Q0021Type: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYPUGET SOUND NAVAL SHIPYARD IMFBREMERTON, WA, 98314-5001, USA

NAICS

Electrical Contractors and Other Wiring Installation Contractors (238210)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS (J063)
Timeline
    Description

    The Department of Defense, specifically the Department of the Navy, is seeking a contractor to provide testing, inspection, and repair services for Fenwal 6000 Fire Alarm Systems and H2S Gas Detection Systems at the Puget Sound Naval Shipyard in Bremerton, Washington. The contractor will be responsible for conducting annual and semi-annual inspections, ensuring the operability of these critical safety systems onboard COMPACFLT Berthing and Messing Barges, which is vital for the safety of Navy personnel. This contract, which is expected to last one year from the award date, requires compliance with various regulatory standards and the provision of necessary personnel and materials. Interested parties must submit their quotes by May 12, 2025, and can direct inquiries to Chloe Vernet or Christopher Davidson via email for further information.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines a non-personal services contract for testing, inspecting, and repairing FENWAL 6000 Fire Alarm Systems and H2S Gas Detection Systems on various COMPACFLT Berthing and Messing Barges at the Puget Sound Naval Shipyard. It emphasizes the necessity for regular inspection to ensure system functionality for the safety of Navy personnel on board. The contractor will perform annual and semi-annual tests and inspections, provide emergency repair services, and maintain compliance with safety standards and regulations. The work must occur during specified operating hours, and contractor personnel require a minimum of Confidential security clearance. The performance evaluation will be based on adherence to established quality assurance metrics, with the Contracting Officer Representative overseeing the contractor's performance and coordinating technical directions. The Contractor must provide adequate personnel and maintain safety protocols on-site, ensuring that all waste disposal aligns with regulatory compliance. Overall, the purpose of this Performance Work Statement is to ensure the operational readiness and safety of critical fire alarm and gas detection systems on the barges, mitigating risks associated with system failures.
    The PSNS&IMF Contractor Badging & Access Requirements document outlines the protocols for contractor personnel accessing Department of Defense installations, specifically naval sites. Contractors must obtain badges—either permanent or temporary—through the Visitor Control Center (VCC) and adhere to security procedures regulated by the Commander Naval Installations Command (CNIC) and Naval Sea Systems Command (NAVSEA). U.S. citizenship, background checks, and identity proofing are prerequisites for unescorted access. Contractors without specific credentials must enroll in the Defense Biometric Identification System (DBIDS) for installation access, which allows for longer-term access without reapplying for badges. The document details access protocols for various sites, including Naval Base Kitsap, Delta Pier, and Puget Sound Naval Shipyard, emphasizing the importance of timely badge requests and adherence to stringent requirements for specific sensitive areas. It also delineates the responsibilities of contractors regarding badge management, reporting lost badges, and vehicle access protocols, along with restrictions on portable electronic devices within controlled areas. The framework ensures security and compliance for contractors working on naval contracts, supporting the reliability of operations at these critical facilities.
    The document outlines a Request for Quote (RFQ) for testing, inspection, and repair services of the Fenwal 6000 Fire Alarm Systems and H2S Gas Detection Systems at the Puget Sound Naval Shipyard in Bremerton, Washington. The solicitation, N4523A25Q0021, follows federal acquisition guidelines and invites quotes by May 9, 2025. The prospective contractor must meet specific evaluation criteria, including being an authorized distributor of Kidde Fire Systems and demonstrating relevant past performance in similar projects. Services required include annual testing and inspection of the fire alarm systems, scheduled tests of the gas detection system, and emergency repair services to ensure operational readiness. The contract duration is one year from the date of award. The evaluation will prioritize both price and technical acceptability, emphasizing the contractor's qualifications and successful past performance on related contracts. All proposals must also comply with various federal regulatory clauses and include necessary licenses and permits. This RFQ emphasizes government accountability and reliability in maintaining fire safety systems on naval vessels.
    The United States Navy is seeking a contractor to provide non-personal services for testing, inspecting, and repairing FENWAL 6000 Fire Alarm Systems and H2S Gas Detection Systems on COMPACFLT Berthing and Messing Barges located at the Puget Sound Naval Shipyard. This contract includes annual and semi-annual inspections of the fire alarm and gas detection systems, ensuring their operability which is critical for the safety of the Navy crews onboard. The contract is set for one year, requiring the contractor to supply personnel, supervision, and materials necessary for the services. The contractor must ensure compliance with specific regulatory standards, including NFPA 72, and provide timely reports of inspections and repairs to the designated Contracting Officer's Representative (COR). Emergency repair services are also part of the contract, providing up to eight hours of service to address any urgent issues. The personnel must possess at least a Confidential security clearance and be certified by the original equipment manufacturer. Regular business operations are conducted during designated hours, excluding federal holidays, reflecting the structured compliance and operational necessities outlined in the performance work statement.
    The document is a Request for Quote (RFQ) for a Firm Fixed Price Purchase Order N4523A25Q0021, calling for the testing, inspection, and repair of Fenwal 6000 Fire Alarm Systems and H2S Gas Detection Systems. The deadline for quote submissions is set for May 9, 2025, with the period of performance extending for one year from the date of award. The work is to be performed at the Puget Sound Naval Shipyard in Bremerton, Washington, and is governed by the acquisition guidelines outlined in the Federal Acquisitions Regulation (FAR). The relevant NAICS code for this procurement is 238210, which pertains to shipbuilding and repairing, with a business size standard of $19 million. Contractors are required to complete detailed line item pricing and ensure compliance with all applicable laws and regulations. Proposals will be evaluated based on criteria specified in FAR Provision 52.212-2, emphasizing the importance of being technically acceptable. Key personnel for submission and inquiries are identified, ensuring clear communication channels for potential offerors. Overall, this RFQ represents a formal solicitation for necessary maintenance and safety systems crucial to naval operations.
    The document addresses government responses to multiple Request For Clarifications (RFCs) regarding various facilities and equipment. It states that the government cannot provide the most recent annual inspection or testing results, nor are drawings available for the barges at locations such as PSNS and Bangor, or for the FenwalNet 6000 Fire Alarm Control Unit. However, it identifies the manufacturer and model number of installed hydrogen detectors, specifically Honeywell Model FC-F2-0/50-N1. Additionally, the government grants a contractor’s request for a brief extension, moving the submission deadline to May 12, 2025. The primary purpose of this document is to clarify information requested by contractors in the context of federal RFPs, ensuring that all parties have a clear understanding of available resources and constraints while facilitating the bidding process.
    This document outlines government responses to various requests for clarification related to several projects, identified as RFC 001-006. It indicates that no recent inspection reports or facility drawings are available, particularly for sites at PSNS, Bangor, and Vigor shipyards in Seattle. Additionally, there are no drawings for the installed FenwalNet 6000 Fire Alarm Control Unit. The document specifies the manufacturer and model of the installed hydrogen detectors, which are Honeywell Model FC-F2-0/50-N1, and provides the quantity of detectors required for testing on specific barges, ranging from one to two units per barge. Furthermore, the government has granted a brief extension until May 12, 2025, for contractors to submit their offers. This document serves as a crucial communication tool for contractors involved in government RFP processes, ensuring they have the necessary information to comply with project specifications and deadlines while addressing the challenges of limited available documentation.
    The document is a Request for Quote (RFQ) for the test, inspection, and repair of Fenwal 6000 fire alarm and H2S gas detection systems at the Puget Sound Naval Shipyard in Bremerton, Washington. It outlines the solicitation process, requiring interested firms to submit bids by May 9, 2025, with contract evaluation based on FAR Provision 52.212-2 criteria. The NAICS code for this work is 238210, with a business size standard of $19 million. The expected contract duration is one year from the award date. All bidders must meet specified criteria for technical acceptability and obtain necessary licenses and permits during the project. Submission of quotes is directed to specified contacts via email. This RFQ reflects the government's intent to procure commercial services while adhering to federal acquisition regulations and compliance standards.
    Similar Opportunities
    CGC STURGEON BAY WATER MIST FIRE SUPRESSION TESTING WITH UPDATE SOW
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified small businesses to provide services for the Hi-Fog Water Mist Fire Suppression System on the USCGC Sturgeon Bay, located in Bayonne, New Jersey. The contractor will be responsible for conducting a 5-year and annual inspection, renewing 29 bottles, and ensuring the system operates correctly, which includes setting up, testing, and returning the system to normal operation. This procurement is crucial for maintaining the safety and operational readiness of the vessel's fire suppression capabilities. Interested vendors must submit their quotations by 0800 Pacific Time on December 29, 2025, with the performance period scheduled from December 22 to December 29, 2025. For further inquiries, contact Donna O'Neal at Donna.J.O'Neal@uscg.mil or Ulises Balmaceda at Ulises.O.Balmaceda@uscg.mil.
    Fire Alarm Suppression System Services for USCG Base New Orleans
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified vendors to provide fire alarm suppression system services at the Coast Guard Base in New Orleans, Louisiana. The procurement involves inspections and testing of fire protection systems in compliance with National Fire Protection Association (NFPA) standards, with a contract structured as a firm-fixed price purchase order awarded to the lowest bidder. This opportunity is set aside for small businesses and includes a one-year base period from January 1, 2026, to December 31, 2026, with four additional one-year option periods extending through December 31, 2030. Interested contractors must submit their quotes to Joel Ivy at joel.s.ivy@uscg.mil, ensuring they are registered in SAM.gov and comply with applicable wage determinations and federal regulations.
    Inspection, Test and Maintenance of Fire Alarm Systems at Commander, Fleet Activities Chinhae, South Korea
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for the inspection, testing, and maintenance of fire alarm systems at Commander, Fleet Activities Chinhae, South Korea. This procurement aims to ensure the operational readiness and safety of fire alarm systems, which are critical for emergency response and protection of personnel and property. Interested contractors should refer to the attached Request for Quotation (RFQ) and additional documents for detailed requirements. For inquiries, potential bidders can contact Jaeyoun Lee at jaeyoun.lee2.civ@army.mil or by phone at 315-763-5691, or reach out to Hong Jungho at jungho.hong.civ@army.mil or 053-763-5699.
    Fire Watch/Tank Watch
    Dept Of Defense
    The Department of Defense, specifically the Norfolk Naval Shipyard, is preparing to solicit a Firm Fixed Price contract for Fire Watch/Tank Watch Touch Labor Support, aimed at enhancing safety during ship repair operations. This procurement is designated as a 100% total Small-Business Set-Aside, with the applicable NAICS code being 336611, which pertains to Ship Building and Repairing. The contract is expected to commence on May 18, 2026, and run through May 17, 2027, with a potential six-month extension, and the solicitation is anticipated to be available around January 15, 2026. Interested parties can reach out to Melissa White at melissa.e.white13.civ@us.navy.mil or Alicia Almberg at alicia.l.almberg.civ@us.navy.mil for further information.
    Air Station Detroit Fire Suppression System Inspection
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified vendors to provide inspection and testing services for the fire suppression system at Air Station Detroit, located at Selfridge ANGB in Michigan. The procurement involves a request for quotation (RFQ) for commercial services, focusing on the inspection of installed fire alarms and suppression systems in accordance with the attached Statement of Work (SOW). This opportunity is critical for ensuring the safety and operational readiness of fire control equipment, which plays a vital role in emergency response and safety protocols. Interested small businesses must submit their bids through the Unison Marketplace platform, with questions directed to Marketplace Support at marketplacesupport@unisonglobal.com or by calling 877-933-3243. The solicitation emphasizes a total small business set-aside and will utilize an online competitive reverse auction format to enhance vendor participation.
    ALARM-MONITOR GROUP
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting bids for the procurement of the ALARM-MONITOR GROUP, which involves the manufacturing of specialized alarm, signal, and security detection systems. The contract aims to fulfill the requirements for the production and quality assurance of these systems, with an emphasis on compliance with specific military standards and documentation. These systems are critical for ensuring operational readiness and safety within naval operations. Interested contractors should note that the solicitation includes an option for increased quantity and requires government source inspection, with all inquiries directed to Logan Mann at LOGAN.W.MANN.CIV@US.NAVY.MIL or by phone at 717-605-1381. The procurement process is expected to follow standard federal contracting timelines, and interested parties should prepare to submit their proposals accordingly.
    SOURCES SOUGHT FOR DET-TRONICS X3301 MULTISPECTRUM IFD; NAVFAC HAWAII, JOINT BASE PEARL HARBOR-HICKAM, HAWAII
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command (NAVFAC) Hawaii, is conducting market research for the procurement of a flame detector that meets specific requirements equivalent to the Det-Tronics X3301 Multispectrum Infrared Flame Detector. The Government is seeking alternative products that comply with various safety and performance standards, including UFC 4-021-01 for Aircraft Maintenance Hangars and NFPA 72 for fire alarm systems, while ensuring compatibility with existing systems. This procurement is critical for maintaining safety in hazardous locations, particularly in areas with potential hydrocarbon liquid fuel fires. Interested parties must submit their technical data and specifications to Ms. Jessica Shimoda at jessica.a.shimoda.civ@us.navy.mil by December 23, 2025, at 12:00 p.m. Hawaii Standard Time, to be considered for this opportunity.
    SOURCES SOUGHT FOR DET-TRONICS EQP FIRE DETECTION/RCU COMPONENTS; NAVFAC HAWAII, JOINT BASE PEARL HARBOR-HICKAM, HAWAII
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command (NAVFAC) Hawaii, is conducting a sources sought notice for fire detection and releasing control unit components at Joint Base Pearl Harbor-Hickam, Hawaii. The procurement aims to identify potential suppliers capable of providing a fire alarm detection and releasing control unit that meets specific requirements, including compliance with various safety codes and standards, as well as compatibility with existing Det-Tronics equipment. This equipment is critical for ensuring safety in aircraft maintenance hangars, where reliable fire detection and suppression systems are essential. Interested parties must submit their technical data and specifications to Ms. Jessica Shimoda at jessica.a.shimoda.civ@us.navy.mil by December 23, 2025, at 12:00 p.m. Hawaii Standard Time for consideration.
    Rental of Temporary HVAC & Exhaust System
    Dept Of Defense
    The Department of Defense, through the Portsmouth Naval Shipyard, is seeking bids for the rental of a temporary HVAC and exhaust system, which includes various HVAC units, chillers, pumps, hoses, and related services such as freight, start-up, commissioning, and maintenance. This procurement is critical for maintaining operational efficiency at the shipyard and requires strict adherence to technical specifications, safety protocols, and government regulations. Proposals for this full and open competition are due by January 5, 2026, at 8:00 AM EST, and interested contractors must be registered in SAM.gov and provide detailed compliance information with their submissions. For further inquiries, potential bidders can contact David Ham at david.m.ham7.civ@us.navy.mil or by phone at 207-994-4511.
    Total Care Support for PSEF
    Dept Of Defense
    The Department of Defense, through the Naval Air Warfare Center Aircraft Division, is seeking a contractor to provide one year of OEM hardware and software maintenance for the Propulsion Systems Evaluation Facility (PSEF)'s HGL Dynamics DDAS system. The procurement includes essential services such as software updates, repair or replacement of defective hardware, temporary systems provision during testing impacts, phone support, and up to two site visits, all to be delivered at the Patuxent River Naval Air Station. This contract, valued on a firm fixed-price basis, is critical for maintaining operational readiness and efficiency of the PSEF's testing capabilities, with a performance period from January 1, 2026, to December 31, 2026. Interested parties must submit their brand name quotes by 12:00 pm on December 20, 2025, to Benjamin Flores at benjamin.r.flores3.civ@us.navy.mil, ensuring compliance with all specified requirements.