NSWCPD -Bldg. 29 - Design Build Fire Alarm Repairs (Mass Notification System)
ID: N64498-25-R-4014Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNSWC PHILADELPHIA DIVPHILADELPHIA, PA, 19112-1403, USA

NAICS

Electrical Contractors and Other Wiring Installation Contractors (238210)

PSC

CONSTRUCTION OF GOVERNMENT-OWNED GOVERNMENT-OPERATED (GOGO) R&D FACILITIES (Y1HB)

Set Aside

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

    The Department of Defense, through the Naval Surface Warfare Center Philadelphia Division (NSWCPD), is soliciting proposals for the design and construction of a Fire Alarm and Mass Notification System (FA&MNS) repair at Building 29 in Philadelphia, Pennsylvania. This project is set aside for small businesses and has an estimated contract value between $500,000 and $1,000,000, with proposals due by April 3, 2025. The procurement emphasizes the importance of safety and compliance in government facilities, requiring contractors to demonstrate relevant experience, provide bonding, and adhere to stringent submission guidelines, including a valid NIST SP 800-171 assessment for cybersecurity. Interested contractors can reach out to primary contact Rishi Mathur at rishi.m.mathur.civ@us.navy.mil or secondary contact David Rhoads at david.a.rhoads8.civ@us.navy.mil for further information.

    Files
    Title
    Posted
    The solicitation outlines a construction project for the design and implementation of a Fire Alarm (FA) system and a Mass Notification System (MNS) at the Naval Surface Warfare Center Philadelphia. It is designated as a small business set-aside, with an estimated magnitude between $500,000 and $1,000,000, and proposals are due by April 3, 2025. Offerors are required to provide proposals that include bonding and must demonstrate substantial past experience in related work, particularly with similar fire alarm and notification systems. Key personnel qualifications, including licensing and experience, are crucial for selection. The proposal evaluation will assess both price and technical factors, with a preference for the lowest-priced, technically acceptable bids. A site visit for potential contractors is scheduled for March 10, 2025. The solicitation emphasizes adherence to specified formatting and submission guidelines, including submission through DoD SAFE for electronic proposals, and mandates a valid NIST SP 800-171 assessment for cybersecurity measures. This procurement process highlights the government’s commitment to maintaining safety standards and compliance through updated infrastructure.
    The document comprises a site map and details pertinent to the repair of the Fire Alarm and Mass Notification System (FA&MNS) for Building 29 of the Naval Surface Warfare Center (NSWC) in Philadelphia. It highlights various streets and areas surrounding the site, including significant routes such as Broad Street and League Island Boulevard, and indicates key entries, such as the Main Gate and Broad Street Gate. The site map serves to assist in understanding the layout of the facility for contractors responding to a Request for Proposals (RFP). The focus on the repair work suggests a need for compliance with safety and operational standards, ensuring effective emergency response capabilities at the facility. This file appears to be a preparatory document for potential bidders looking to engage in critical infrastructure upgrades within a government facility.
    The document outlines the Contractor Lift Plan Entry Package for lifting suspended loads, specifically highlighting requirements for operations related to the repair of the Fire Alarm and Mass Notification System in Building 29. It includes a pre-entry checklist for contractors to verify the completeness of their lift plans, ensuring compliance with applicable OSHA and ASME standards. Key details include equipment specifications, operator qualifications, critical and routine lift categorization, and safety measures such as certification of medical fitness and equipment inspections. The plan emphasizes the importance of verifying load capacities, rigging procedures, and environmental conditions that could affect lift operations. It mandates documentation for all personnel involved, ensuring each has the necessary training and qualifications. The document’s framework is structured to ensure safety and regulatory adherence during potentially complex or critical lifts, underscoring the government's commitment to workplace safety standards in federal contracting.
    The document outlines the Statement of Work (SOW) for the repair of the Building 29 Fire Alarm and Mass Notification System, establishing minimum performance and construction requirements. It emphasizes compliance with federal standards, applicable laws, and construction codes. The contractor is encouraged to exceed basic specifications, ensuring quality in materials and engineering practices. Key requirements include the use of new, compliant materials, with a focus on recycled content as promoted by the Federal government's Affirmative Procurement Program. The document specifies standards for structural elements such as foundations, superstructures, walls, windows, and roofing, while detailing performance criteria like air infiltration limits, load capacities, and fire safety specifications. It further stresses quality assurance through performance testing and adherence to specific codes while providing guidance on discrepancies and authority interpretations. Overall, the document serves as a comprehensive guide for contractors to deliver compliant and superior work on the fire alarm and mass notification system repair, underscoring the importance of safety and efficiency in public infrastructure projects.
    The document serves as a Standard Finish List for the repair of the Fire Alarm and Mass Notification System (FI&MNS) at Building 29 of the Naval Surface Warfare Center Philadelphia Division. It outlines specifications for materials regarding flooring, ceilings, walls, and paints as of January 23, 2019. Each entry includes the designation, manufacturer, style, color, size/type, and remarks on the applicable areas, such as offices, restrooms, and entry areas. Notable products include various flooring materials from Interface, Bentley Prince Street, and Armstrong, as well as wall coverings and paints from Sherwin Williams. This detail ensures compliance with design standards while addressing functional requirements in different environments. The list is crucial for contractors and project managers participating in government procurement processes, helping them select approved materials to meet project specifications and maintain safety and aesthetic standards during construction.
    The Insulation Resistance Test Report for Building 29's Fire Alarm and Mass Notification System (FA&MNS) Repair outlines the assessment conducted to evaluate the system's electrical insulation integrity. This report spans four pages, detailing the methodology and results of the insulation resistance tests performed on the FA&MNS equipment. The testing aims to ensure compliance with safety regulations and to confirm that the system operates effectively and reliably, particularly in emergency situations. Ensuring insulation integrity is vital to prevent electrical failures that could jeopardize the reliability of fire detection and notification systems. This report serves as a key document tied to repair and maintenance activities, emphasizing the importance of stringent testing and compliance in government facilities management, particularly in the context of safety infrastructure.
    The Naval Surface Warfare Center Philadelphia Division (NSWCPD) requires contractors to complete a Past Performance Questionnaire as part of the solicitation process for the design and construction of a Fire Alarm Mass Notification System. Contractors must provide detailed contract information, including scope, performance metrics, and relevancy to the current solicitation (N6449825R4014). The questionnaire assesses various aspects such as cost control, scheduling, quality of services provided, and overall business relations. Performance ratings range from Exceptional to Unsatisfactory, with justifications required for each score, alongside comments on safety practices and site organization. The questionnaire is to be submitted via email to designated contacts by the proposal deadline. This process emphasizes the importance of past performance in government contracting decisions, ensuring that contractors can meet project requirements effectively and efficiently while adhering to safety and quality standards.
    The document details the specifications and installation components of a Fire Alarm & Mass Notification System (FA&MNS) for Building 29, emphasizing the functionality and monitoring capacities of various detectors and control relays. It outlines the system configurations, including duct detectors, pull stations, smoke monitors, and water flow indicators, alongside their respective locations and operational states. The specifications highlight the need for continuous supervision and the integration of both existing and new equipment, ensuring compliance with safety standards. Additionally, it includes project drawings, control panel layouts, and photographs to guide the repair and installation processes. This document serves as a foundational reference for contractors responding to the federal RFP related to the upgrades of the fire alarm system, aligning with national regulations while addressing specific building requirements. The central purpose is to maintain safety and efficiency within the facility through an enhanced fire alarm system.
    The document is currently unavailable for viewing, presenting instead a message regarding potential issues with the PDF viewer. This situation indicates an inability to access the contents and analyze the requested information related to federal government RFPs, grants, or state and local RFPs. Consequently, a summary based on the original content cannot be generated at this time. To obtain the necessary information, users must upgrade their viewing software, ensuring compatibility with various operating systems. This limitation impedes the process of extracting key topics, ideas, and structural details from the document, therefore hindering any analytical obligations.
    The document outlines a transmittal process for shop drawings, equipment data, material samples, or manufacturer’s certificates in construction projects, specifically under the U.S. Army Corps of Engineers (USACE) guidelines. It includes a form used to request approval for specific items related to a construction contract, detailing necessary information such as project title, contractor details, item descriptions, and specifications. The form is structured into two sections: one for the contractor to fill out and one for the USACE approval actions. Critical elements of the transmittal process include numbering protocols for submissions, clarification of submittal types, and action codes for USACE responses. The document underscores the importance of compliance with contract requirements, even after approval of submitted items. It emphasizes the need for clarity in communication and proper documentation for efficient project management within governmental contracting. This mechanism is vital for ensuring that all submitted materials align with federal project specifications and standards.
    The document is a NAVFAC Contract Performance Statement and Schedule of Values template, designed for federal construction contracts. It is structured for contractors to report on project progress and financials, detailing key performance metrics such as the description, quantity, unit cost, overall costs, and estimated balance to finish. The sections are organized to capture progress percentages, overall costs to date, and undistributed charges, with a final entry for remarks and authorized representative signatures. As it stands, the document appears to be a blank template, indicating no current activity or costs associated with the listed items, all marked at zero percent completion. The primary purpose of this document is to provide a standardized format for contractors to communicate their project status and financials to the government, ensuring transparency and accountability in public contracts.
    The document outlines an Activity Hazard Analysis (AHA) pertinent to the Fire Alarm and Mass Notification System Repair at Building 29. It mandates a systematic approach for assessing project risks, detailing job steps, anticipated hazards, and the necessary controls to mitigate risks. A Risk Assessment Code (RAC) matrix is included to categorize risks based on their probability and severity, ranging from Extremely High to Low. The document emphasizes the contractor's obligation to comply with safety requirements, including regular reviews and updates of the AHA. Additionally, the AHA must be signed off by relevant personnel before work begins, ensuring all employees are aware of hazards and controls. It mandates that contractors may need to revise the AHA if it fails to address significantly the work sequences and risks involved. This analytical approach aligns with government safety regulations and project management standards, underpinning the importance of risk assessment in federal contracting processes. The document serves as a critical tool for ensuring the safety and compliance of construction activities in government contracts.
    The document is a Contract Progress Report intended for use in monitoring the status of the BLDG 29 Fire Alarm & Mass Notification System (FA&MNS) repair project. It provides key details including the contractor's information, project number, contract number, completion date, and a summary of work elements, indicating the percentage of work completed both for the reporting period and cumulatively. This form is integral for calculating progress payments as determined by the contracting officer. The report requires certifications from both the contractor and the contracting officer, confirming satisfactory completion of the indicated work percentage. Overall, this report serves as a vital tool for ensuring accountability and tracking project milestones within the context of government contracts and compliance with federal grant and state/local RFP regulations. The structured format allows for clarity in reporting and facilitates financial oversight.
    The document is a Construction Equipment Checklist relevant to the Building 29 Fire Alarm and Mass Notification System (FA&MNS) repair project. It outlines essential equipment requirements for the repair work, ensuring compliance with safety and operational standards. The checklist serves as a guide for contractors and project managers to identify and confirm the availability of necessary mobile construction equipment, which is critical for executing the project effectively. It reflects the federal government’s commitment to maintaining safety protocols during repairs to vital infrastructure, such as fire alarm and mass notification systems. By utilizing this checklist, stakeholders can ensure proper planning and mitigate risks associated with equipment deficiencies throughout the construction process.
    This document is a Contractor Production Report for the repair of the Fire Alarm and Mass Notification System (FA&MNS) at Building 29. It captures essential project monitoring details, including weather conditions, work performed, safety meetings, and total work hours. The report outlines any safety actions taken, equipment received, and machinery used on the job site. Importantly, the document assesses safety compliance and notes any lost time accidents or hazardous material incidents that may have occurred, along with required attachments for such events. The structure includes sections for daily activities, safety measures implemented, and remarks from the contractor or superintendent. Overall, this report serves as a critical track record for project management, emphasizing the importance of safety and regulatory compliance in government contracts.
    Similar Opportunities
    DESIGN-BUILD NSWCPD PACKAGE 2 B77-87 COMPLEX EMERGENCY EXIT AND EGRESS PATHWAY REPAIRS, B77-87 COMPLEX EMERGENCY LIGHTING AND EXIT SIGNAGE, B87 FA MNS UPGRADE, B77-87 COMPLEX SPRINKLER SYSTEM REPAIRS
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Command Mid-Atlantic, is soliciting proposals for a design-build contract focused on various repair and upgrade projects at the Philadelphia Naval Yard Annex. The scope of work includes emergency exit pathway repairs, enhancements to emergency lighting and signage, upgrades to the fire alarm and mass notification systems, and repairs to the sprinkler system. This initiative is critical for maintaining safety and compliance within military facilities, ensuring that infrastructure meets current operational standards. Proposals are due by March 24, 2025, with a site visit scheduled for February 20, 2025, and interested contractors can contact Brittany Cristelli at brittany.cristelli@navy.mil or by phone at 757-341-1978 for further information.
    NSWCPD - Bldg 77H Repair Pump Motor 1C
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center Philadelphia Division (NSWCPD), is soliciting proposals for the repair of Pump Motor 1C located in Building 77H, with a contract value estimated between $250,000 and $500,000. This project is set aside exclusively for small businesses and requires adherence to stringent safety and operational standards, as outlined in various supporting documents, including a Mobile Construction Equipment Checklist and Activity Hazard Analysis protocols. The successful contractor will be responsible for ensuring compliance with federal regulations while executing the repair work, which is critical for maintaining operational efficiency in government facilities. Proposals must be submitted by March 21, 2025, following a mandatory site visit in early March, and interested parties can contact Rishi Mathur at rishi.m.mathur.civ@us.navy.mil for further details.
    Repair Fire Detection System Bldg. 1850
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the repair of the Fire Detection System in Building 1850 at Westover Air Reserve Base in Chicopee, Massachusetts. The project involves a complete overhaul of the existing fire alarm system, including the integration of a new Mass Notification System (MNS) to ensure compliance with fire safety regulations. This initiative is critical for maintaining safety standards in federal facilities and is set aside exclusively for small businesses, with an estimated contract value between $100,000 and $250,000. Interested contractors must submit sealed bids by April 1, 2025, following a site visit on March 11, 2025, and are encouraged to contact Douglas P. Fortin at douglas.fortin.1@us.af.mil or Ewa Gosselin at ewa.gosselin@us.af.mil for further information.
    Fire Alarm Upgrade
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking contractors for a fire alarm upgrade project for the USCGC OSAGE, located in Sewickley, Pennsylvania. The project involves replacing the existing Notifier AFP 200 fire alarm system with a new Notifier AFP 320 system, which includes inspection, installation, and testing of the new components, while ensuring compliance with applicable safety standards and regulations. This upgrade is crucial for maintaining operational readiness and safety standards for the vessel, reflecting the government's commitment to modernizing its equipment. Interested small businesses must contact Isaiah C. Ragan at isaiah.c.ragan@uscg.mil or 510-437-5429, or Tyler Melton at Tyler.k.melton@uscg.mil or 510-437-5437, with the project expected to commence within 10 days of contract award and completed within 14 days of work commencement.
    Building 77H Tank Farm Drainage Repairs
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center Philadelphia Division (NSWCPD), is soliciting proposals for drainage repairs at Building 77H Tank Farm in Philadelphia, Pennsylvania. This project, categorized under the NAICS code 238220 for Plumbing, Heating, and Air-Conditioning Contractors, is a total small business set-aside, with an estimated construction cost ranging from $100,000 to $250,000. The selected contractor will be responsible for implementing drainage solutions, including the installation of a new sump pump and associated piping, which are critical for maintaining operational integrity at the facility. Interested contractors must submit their proposals by March 20, 2025, following a mandatory site visit on March 12, 2025, and can direct inquiries to Kristen Cella at kristen.m.cella.civ@us.navy.mil or David Rhoads at david.a.rhoads8.civ@us.navy.mil.
    Z--Fire Alarm Mass Notification for Buildings 400, 3212A, 112 and 160.
    Buyer not available
    The DEPT OF DEFENSE, specifically the DEPT OF THE NAVY, is seeking a Fire Alarm Mass Notification system for Buildings 400, 3212A, 112, and 160 at Naval Station Great Lakes, IL. This project is being awarded as an 8(a) Sole Source Award. The system will be used for fire alarm and mass notification purposes.
    Fire Alarm Repair
    Buyer not available
    The Department of Defense, through the Naval Air Warfare Center, is seeking contractors for fire alarm repair services. This procurement aims to ensure the operational readiness and safety of facilities by maintaining and repairing fire alarm systems, which are critical for emergency response and safety protocols. Interested vendors should note that the opportunity falls under the NAICS code 334290, related to Other Communications Equipment Manufacturing, and the PSC code Z2EZ, which pertains to the repair or alteration of industrial buildings. For further inquiries, potential bidders can contact Yvonne Stockwell at yvonne.c.stockwell.civ@us.navy.mil or by phone at 760-793-4069, or Faith L LaGore at faith.l.lagore.civ@us.navy.mil or 760-793-3498.
    CSS 96484 - Install Fire Alarm System
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for the installation of a fire alarm system under contract number CSS 96484. This procurement aims to enhance safety measures by implementing a reliable fire alarm system, which is crucial for maintaining operational readiness and protecting personnel and assets. The contract is set aside for small businesses, in accordance with FAR 19.5, and falls under the NAICS code 561621 for Security Systems Services (except Locksmiths). Interested vendors can reach out to Ryan Nicklous at ryan.p.nicklous.civ@army.mil or by phone at 609-562-5014, or contact Sharon Wilson-Emmons at sharon.wilson-emmons.civ@army.mil or 609-562-6405 for further details.
    Z--Building 81H Fire Alarm Mass Notification System
    Buyer not available
    The Department of Defense, specifically the Department of the Navy, has issued a Combined Synopsis/Solicitation notice for the procurement of a Fire Alarm Mass Notification System for Building 81H. This system will be installed at Naval Station Great Lakes, IL. The notice indicates that a Sole Source Award will be given to Dawson Federal, Inc. for this project.
    Y--Design-Bid-Build (DBB) P-106, Submarine Propulsor Manufacturing Support Facility, Philadelphia Navy Yard (PNY), Philadelphia, Pennsylvania
    Buyer not available
    Special Notice DEPT OF DEFENSE DEPT OF THE NAVY is seeking Design-Bid-Build (DBB) services for the Submarine Propulsor Manufacturing Support Facility in Philadelphia Navy Yard (PNY), Philadelphia, Pennsylvania. This notice is a sources sought notice to determine the availability of commercially available security equipment with equivalent specifications to the LENEL systems described in the attachments. The purpose of this notice is to conduct market research and gather information from potential sources. Interested vendors are requested to submit a brief capabilities statement package demonstrating their ability to provide the required security equipment. Responses are due by Friday, 01 March 2019 at 2:00 PM Eastern Time.