RFP SC-25-664 Fire Alarm Replacement Phase 2
ID: RFP-SC-25-664Type: Solicitation
Overview

Buyer

ENERGY, DEPARTMENT OFENERGY, DEPARTMENT OFAMES LABORATORY - DOE CONTRACTORAmes, IA, 50011, USA

NAICS

Electrical Contractors and Other Wiring Installation Contractors (238210)

PSC

REPAIR OR ALTERATION OF OTHER ADMINISTRATIVE FACILITIES AND SERVICE BUILDINGS (Z2AZ)
Timeline
    Description

    The Department of Energy, through the Ames Laboratory, is soliciting proposals for the Fire Alarm Replacement Phase 2 project, aimed at upgrading fire alarm systems across several buildings on the Iowa State University campus in Ames, Iowa. This project requires contractors to provide goods and services as detailed in the project specifications and drawings, with a focus on compliance with safety and quality standards, including NICET certification for specific roles. The successful contractor will be responsible for ensuring adherence to federal regulations, including the Davis-Bacon Act for wage determinations, and must submit proposals by the deadline of April 30, 2025. Interested parties can contact Andrew Saxton at saxton@ameslab.gov or by phone at 515-294-4191 for further information.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines the terms and conditions for fixed-price construction services provided by the Ames National Laboratory, managed by Iowa State University for the U.S. Department of Energy. Its primary focus is to establish clear definitions, acceptance protocols, bonding and insurance requirements, and dispute resolution procedures for contractors and subcontractors. Key points include the necessity of performance and payment bonds for subcontracts exceeding certain thresholds, compliance with environmental regulations, and requirements for progress reporting. The document also emphasizes indemnification responsibilities for patent infringement and liability limitations. Furthermore, it includes conditions for changes, excusable delays, and the governmental immunity laws applicable to the laboratory. Special clauses address site access for non-U.S. nationals and compliance with export controls. The clauses incorporated by reference include various federal regulations essential for government contracts. The overall aim is to ensure compliance, protect the laboratory and subcontractors, and facilitate effective project execution while adhering to federal laws and standards.
    The document outlines the Environment, Safety, and Health (ESH) requirements for subcontractors working on construction projects at Ames National Laboratory, which is operated by Iowa State University for the U.S. Department of Energy. Key obligations include ensuring the safety of all personnel on-site, compliance with relevant federal, state, and local regulations, and effective communication of safety protocols. The document elaborates on the subcontractor's responsibilities in managing accidents, noncompliance notifications, waste disposal, and employee training related to specific hazardous materials like respirable crystalline silica. Additionally, it details disciplinary protocols for safety violations, the requirement of an ES&H Program Plan, and mandates the use of protective equipment in accordance with OSHA regulations. Emphasis is also placed on procedures for reporting incidents and cooperating with investigations. The overarching purpose of these mandates is to safeguard both the employees and the environment during construction activities at the Laboratory, ensuring adherence to a drug-free workplace and maintaining a proactive approach to environmental health and safety standards throughout the lifecycle of the project. This structured approach is vital for ensuring regulatory compliance and the safety and well-being of all individuals involved.
    The Fire Alarm Replacement – Phase 2 project at Ames National Laboratory, issued under RFP SC-25-664, seeks bids for the replacement of fire alarm systems across all buildings of the facility in Ames, Iowa. Scheduled for completion by March 31, 2025, the project documentation outlines procurement requirements, contracting protocols, and construction specifications, emphasizing adherence to the Iowa State Building Code. Key project elements include quality assurance, safety protocols, submittals processes, and coordination between contractors and subcontractors to ensure that all work aligns with project timelines and regulatory standards. Contractors must provide detailed plans and ensure compliance with environmental regulations during the execution of work. The RFP outlines the roles of professional engineers and architects for effective project oversight, asserting that the contractor will be responsible for conditions on-site and any issues arising from their operations. This document serves as a comprehensive guide to manage and implement the necessary fire alarm system upgrades while ensuring safety, quality, and compliance throughout the construction process.
    The document is an information questionnaire for contractors seeking to participate in projects at the Ames Laboratory, focusing on contractor safety and quality assurance. The questionnaire collects data on the contractor's safety performance over the past three years, including their Experience Modification Rate (EMR) from their Workers' Compensation carrier, injury and illness statistics logged with OSHA, and the frequency of safety meetings and inspections. It requires confirmation of written safety policies and plans, as well as details on safety orientation for new hires. Additionally, it evaluates the contractor's quality assurance capabilities, classifying them into four levels based on documented safety and quality programs. Contractors are also asked to specify the work they will perform or if subcontractors will be involved. The document serves as a comprehensive assessment tool to ensure that contractors meet necessary safety and quality standards, critical for compliance with government RFPs related to federal grants and projects. This rigorous evaluation reflects the government’s commitment to upholding high safety and quality standards in contract work.
    The document outlines the Intellectual Property Provisions (IPP) for construction contracts requiring the delivery of data, focusing on the government's rights, contractor obligations, and processes related to patent and copyright issues. Key articles include authorization and consent for using patented inventions during contract execution, requirements for reporting patent or copyright infringement claims, and stipulations for royalty refunds. The government holds unlimited rights to the data produced under the contract, while the contractor may need approvals for any claims of copyright. Furthermore, the contractor must indemnify the government against any infringement liabilities arising from the contract performance. Additional provisions detail the government's ability to request further data even post-delivery and specify rights concerning proposal data submitted for contract award consideration. This document is integral for outlining legal and procedural frameworks in federal and state contracting, emphasizing the need for clarity on intellectual property issues to protect both the government and contractors involved in construction projects. The provisions are vital for ensuring compliance, regulating data rights, and safeguarding against liabilities associated with intellectual property.
    The government file outlines the wage determination for building construction projects in Story County, Iowa, effective March 14, 2025. It specifies wage rates under the Davis-Bacon Act, requiring federal contracts to pay prevailing wage rates as determined by Executive Orders 14026 and 13658. The minimum wage for contracts awarded after January 30, 2022, is set at $17.75 per hour, while contracts awarded between January 1, 2015, and January 29, 2022, must pay at least $13.30 per hour. Detailed classifications of construction trades are included, with corresponding rates and fringe benefits for various skilled workers, such as boilermakers, electricians, and laborers. The document also describes the appeals process regarding wage determinations, allowing interested parties to contest decisions made by the Department of Labor. Overall, this file is a critical resource for contractors and workers, ensuring compliance with federal wage standards in public construction projects and worker protections under applicable regulations.
    The Ames National Laboratory is initiating the Fire Alarm Replacement Phase 2 project, which includes safety requirements crucial for contractor compliance. All contractors and subcontractors must adhere to the DOE's Worker Protection Plan and provide documentation for safety training, medical clearances, and material safety data sheets (SDS). Hazardous materials, such as mercury, beryllium, asbestos, lead, and radiation must be properly identified and managed, with immediate reporting protocols for unidentified materials discovered during work. Specific guidelines detail safe practices for handling crystalline silica, managing noise exposure, and ensuring adherence to electrical safety standards. The subcontractors must affirm compliance with safety protocols, ensuring that all tiers of subcontractors follow regulations to maintain safe work environments. The document emphasizes preventative measures, such as using personal protective equipment (PPE), implementing lockout/tagout procedures, and conducting thorough inspections and assessments to avoid contact with hazardous materials. The goal is to maintain safe working conditions while ensuring all safety measures are in compliance with federal and local regulations, reflecting the laboratory's commitment to worker protection and regulatory adherence throughout the construction process.
    The document outlines the Affirmation and Certification of Environment, Safety, and Health (ESH) requirements for Ames National Laboratory, operated by Iowa State University under a subcontract from the U.S. Department of Energy for the Access Controls Upgrade project. Subcontractors are required to affirm their understanding and compliance with relevant laws, regulations, and the ESH requirements as stipulated in the subcontract agreement (SC-24-622). The subcontractor must initial to confirm their comprehension and communicate these clauses to any involved sub-subcontractors or suppliers. They are also obligated to provide documentation upon the laboratory’s request. Furthermore, the document requires a legally authorized representative of the subcontractor to sign, certifying that the provided affirmations are accurate and complete. This certification process emphasizes the importance of safety and compliance within federal contracting, ensuring that all parties involved adhere to established laws and ESH protocols. This initiative is vital to upholding federal standards and ensuring the safety of operations at Ames National Laboratory in relation to subcontracted work.
    This document, a Representations and Certifications Supplemental form, outlines the requirements for suppliers and subcontractors submitting proposals for the Ames National Laboratory, managed by Iowa State University under a Department of Energy contract. To qualify for awards valued at $10,000 or more, entities must register in the U.S. Government System for Award Management (SAM) and complete specific certification sections. Key sections include entities providing basic information, compliance with export control laws, and adherence to the Buy American Act, which mandates domestic sourcing unless exceptions apply. The document emphasizes the submission of relevant tax forms (W-9 or W-8BEN) for new or changing suppliers, ensuring clarity regarding business size classifications and other critical compliance areas like non-segregated facilities and the use of radioactive materials. Additional provisions address limiting rights for proprietary information, small business status certifications, and commitments against contingent fees. By signing, the offeror affirms the accuracy of the information and compliance with the Laboratory’s terms. This supplements the Laboratorial and DOE award process, ensuring transparency, regulatory adherence, and equitable procurement practices.
    This document is a Statement and Acknowledgment related to a federal subcontract for fire alarm upgrades at Ames Laboratory. It details the responsibilities of both the prime contractor, identified as Ames Laboratory, and the subcontractor involved in completing the necessary updates to comply with safety codes. Key components include acknowledgment of applicable contract clauses, such as the Contract Work Hours and Safety Standards Act, and compliance with labor standards and regulations. The specific prime contract number is SC-25-664, and the subcontractor's work is intended for areas within Spedding Hall, Harley Wilhelm Hall, and The Sensitive Instrument Facility. The document requires signatures from authorized representatives to validate the agreement and ensure adherence to federal guidelines, including a clear outline of work to be completed. Overall, it emphasizes compliance and formal acknowledgment of subcontractual obligations within government procurement procedures.
    The document is Addendum Number 002 for the Fire Alarm Replacement – Phase 2 project at Ames National Laboratory, dated April 29, 2025. This addendum modifies previously outlined documents related to RFP SC-25-664, which must be acknowledged by bidders through the Proposal Form. It consists of updates primarily to Section 28 31 11 concerning the digital, addressable fire-alarm system. Key changes include clarification on NICET certification requirements for electricians involved in installation, specifically stating that while NICET certification is necessary for programming, testing, and commissioning JCI workers, it is not required for basic installation tasks. Experience and licensing requirements are outlined, mandating that companies possess five years of documented experience and hold a State of Iowa Fire Alarm System Installer License for certain roles. Notably, the addendum does not introduce any new acceptable products or system options and indicates no changes to the drawings. As an important communication piece in the bidding process, this addendum ensures potential contractors have the necessary updated information for compliance, maintaining the integrity and standards required for the fire alarm system installation project.
    The document is an addendum (No. 001) for the Fire Alarm Replacement – Phase 2 project at Ames National Laboratory, dated April 25, 2025. It modifies the initial RFP SC-25-664 and includes updates essential for bidders with a due date for submissions by April 30, 2025. Key changes outlined in the addendum address contractor questions and clarify requirements regarding the fire alarm system installations, including certifications like NICET Level II for foreman and NICET Level I for other installers. A new wiring installation is mandated for additional fire alarm devices, particularly in Wilhelm and Spedding Halls. The addendum also specifies the approved supplier of fire alarm equipment, Johnson Controls, and indicates a series of adjustments to existing specifications to reflect new product inclusions. Attachments include essential diagrams and shop drawings that will guide the implementation of the project. This document is a critical part of the contracting process, ensuring all involved parties are informed of the latest requirements and changes, thereby facilitating a structured bidding procedure in compliance with federal and local grant protocols.
    The Ames Laboratory is issuing Request for Proposal (RFP) No. SC-25-664 for a Fire Alarm Replacement project, managed by Iowa State University on behalf of the U.S. Department of Energy. This solicitation seeks to procure goods and services as outlined in the accompanying project specifications. The selection will be made based on the best value, considering price and additional factors. Eligible offerors must be aware of educational discounts and authorized government purchasing options. The RFP promotes open competition and encourages the use of small businesses, particularly those owned by minority groups. A mandatory pre-proposal conference will be held for interested parties to gain insights into the project requirements. Signed proposals should include separate technical and price packages, along with necessary documentation such as past performance references and a 5% bid bond. The evaluation will utilize a Lowest Price Technically Acceptable (LPTA) method, examining the contractor’s past performance, safety program, and project management capabilities. The proposal deadlines and submission details are specified, ensuring all proposals are reviewed fairly and thoroughly, compliant with federal contracting standards.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Fire Alarm System Replacement, Mountain Home AFB
    Dept Of Defense
    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.
    Y1DA--519-24-400-NRM Install Fire Alarm Bldg. 25
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting offers for a construction project to install a new fire alarm system in Building 25 at the West Texas VA Healthcare System in Big Spring, TX. The project involves replacing the existing Honeywell fire alarm system with a Siemens system, ensuring compatibility with the existing infrastructure and adherence to various safety codes and standards. This upgrade is crucial for maintaining a reliable fire safety system across the campus, with a contract set aside for 100% Service-Disabled Veteran Owned Small Businesses (SDVOSB). Quotes are due by January 2, 2026, at 10:00 AM CST, and interested contractors should submit their proposals electronically to Eileen.Myers@va.gov, with the estimated contract value between $250,000 and $500,000.
    PN: 636A8-24-003, Correct Lightning Protection and Grounding
    Veterans Affairs, Department Of
    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.
    Y1DA--437-23-105 Replace Fire Alarm System 437-26-1-6690-0001
    Veterans Affairs, Department Of
    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.
    Replace 2 VESDA-E VEP units with LED’s, 4 pipes
    Energy, Department Of
    The Department of Energy, through UT-Battelle LLC, is seeking proposals for the replacement of two VESDA-E VEP units with LEDs and four pipes at the Oak Ridge National Laboratory in Tennessee. The procurement involves not only the supply of Honeywell/Xtralis VEP-A00-P-UL units but also includes labor for installation, programming, and testing of the new systems. This upgrade is critical for maintaining safety and efficiency in the laboratory's operations, ensuring compliance with electrical equipment standards. Proposals are due by 12:00 PM EST on October 26, 2025, and interested parties should contact Liz Turner at turnerem@ornl.gov for further details.
    Y1DA--437-23-105 Replace Fire Alarm System 437-26-1-6690-0001
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting bids for the replacement of the fire alarm system at the Fargo VA Medical Center under Solicitation Number 36C26326B0004. This project, designated as Project Number 437-23-105, is specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and is estimated to cost between $2 million and $5 million, with a performance period of 540 calendar days. The work involves comprehensive upgrades to the existing fire alarm system, ensuring compliance with VA Fire Protection Manual standards and various NFPA codes, while addressing environmental concerns such as asbestos management. Interested contractors must submit their proposals via email to Contracting Officer Dwayne Brauch by December 18, 2025, at 10:00 AM (CT), following a pre-bid site visit and Q&A process outlined in the solicitation documents.
    Notifiers
    State, Department Of
    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.
    Gallup Indian Medical Center (GIMC) Fire Alarm Upgrade – Construction (Gallup, NM)
    Health And Human Services, Department Of
    The Department of Health and Human Services, through the Indian Health Service, is soliciting proposals for the Gallup Indian Medical Center (GIMC) Fire Alarm Upgrade project located in Gallup, New Mexico. The objective is to redesign and install a new fire alarm system that complies with NFPA codes, replacing the existing obsolete system, with a contract value estimated between $1,000,000 and $5,000,000. This project is a 100% Indian Small Business Economic Enterprise (ISBEE) set-aside, emphasizing the importance of engaging small businesses in the construction sector. Proposals are due by December 29, 2025, at 2:00 PM PST, and interested parties should contact Joshua VanSkike at joshua.vanskike@ihs.gov for further information.
    Z1DA--550-23-102 Upgrade Fire Protection - Multiple Buildings - CON
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking contractors for the project titled "Upgrade Fire Protection and Emergency Notification - Multiple Buildings" at the VA Illiana Healthcare System in Danville, IL. This project involves the installation of new, integrated fire alarm and voice evacuation systems across several buildings, including the replacement of existing fire alarm control panels, detectors, and associated wiring to ensure compliance with NFPA standards. The upgraded systems are crucial for enhancing safety protocols within the healthcare environment, ensuring effective emergency notifications and fire protection for occupants. Interested contractors should contact Contract Specialist Juan C Gaytan at Juan.Gaytan@va.gov for further details, with the project being categorized under NAICS code 236220 and PSC code Z1DA.
    PANEL, FIRE ALRM
    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 fire alarm panels. The contract requires the manufacture and design of the fire alarm panel to meet specific technical requirements, including compliance with standards set by Honeywell Life Safety and the exclusion of mercury in the materials used. These panels are critical for ensuring safety and compliance in naval operations. Interested vendors should direct inquiries to Jon Zeigler at 564-230-3806 or via email at JON.ZEIGLER.CIV@US.NAVY.MIL, and must be prepared to submit their proposals within the specified timeframe, with pricing valid for 60 days post-quotation submission.