GPO Fire Alarm and Suppression Systems - Test and Certification of Repaired Components
ID: 040ADV-25-R-0013-C0002Type: Special Notice
Overview

Buyer

UNITED STATES GOVERNMENT PUBLISHING OFFICEUNITED STATES GOVERNMENT PUBLISHING OFFICEAcquisition ServicesWashington, DC, 20401, USA

NAICS

Security Systems Services (except Locksmiths) (561621)

PSC

MISCELLANEOUS ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS (6350)
Timeline
    Description

    The United States Government Publishing Office (GPO) is seeking contractors for the testing and certification of repaired fire alarm and suppression system components. This procurement aims to ensure that all repaired components meet safety and operational standards, which is critical for maintaining effective security systems within government facilities. Interested contractors must submit their proposals by the extended deadline of April 10, 2025, at 5:00 PM EST, and are required to complete a Past Performance Questionnaire to evaluate their previous work. For further inquiries, contractors can contact Troy D. White at twhite@gpo.gov or Auday Aubaidi at aaubaidi@gpo.gov.

    Point(s) of Contact
    Troy D. White
    twhite@gpo.gov
    Auday Aubaidi
    aaubaidi@gpo.gov
    Files
    Title
    Posted
    The document outlines an amendment to a federal solicitation, identified by code 040ADV-25-R-0013-C0002, related to the submission of proposals. Key changes included in the amendment are the provision of a Past Performance Questionnaire and an extension of the proposal submission deadline from March 27, 2025, at 5:00 PM EST to April 10, 2025, at 5:00 PM EST. Furthermore, it emphasizes that all previously established terms and conditions remain unchanged. Offerors must acknowledge receipt of the amendment as specified to avoid potential rejection of their proposals. This amendment is important for ensuring that all contractors have access to the necessary information and sufficient time to prepare and submit their offers in compliance with federal solicitation requirements, reflecting the government’s commitment to transparency and fairness in the procurement process.
    The Past Performance Questionnaire is designed to gather evaluations of contractors' performance in support of U.S. Government contracting processes. It includes sections for contractors to provide their name, address, contract details, project characteristics, and evaluator information. Evaluators grade the contractor's performance across several metrics, including quality of products and services, overall performance, schedule adherence, technical capacity, cost control, subcontracting effectiveness, and customer satisfaction in both routine and unexpected situations. Additionally, evaluators are asked to identify the contractor's strengths and weaknesses and assess the likelihood of utilizing the contractor for future projects. Responses are collected confidentially and are critical for source selection in upcoming government contracts. The deadline for submission is April 10, 2025, and the information collected is considered sensitive under federal regulations. This document exemplifies standard procedures for ensuring contractor evaluations align with federal regulations and quality standards in government procurement.
    Similar Opportunities
    Centralized Waste Processing System
    United States Government Publishing Office
    The United States Government Publishing Office (GPO) is seeking proposals for the design, delivery, and installation of a centralized waste processing system at its Secure Production Facility (SPF) located within NASA's Stennis Space Center in Mississippi. The objective is to replace four existing independent waste management systems with a fully automated solution that integrates seamlessly with current production equipment, ensuring the secure handling of waste materials generated during the production of sensitive identification documents. This procurement is critical for enhancing operational efficiency and compliance with stringent security protocols, as any mixing of finished goods with waste could halt production. Interested contractors must submit their proposals by January 12, 2026, following a mandatory site visit on December 2, 2025, and should direct inquiries to Rebecca Nichols at rnichols@gpo.gov. The contract is anticipated to be a Firm-Fixed-Price type, with evaluations based on the best value tradeoff process.
    A/E Design of Freight Elevator #12 at GPO Building A
    United States Government Publishing Office
    The United States Government Publishing Office (GPO) is seeking qualified architectural and engineering (A/E) firms to provide design services for the replacement and retrofit of Freight Elevator 12 in Building A at their Washington, DC facility. The selected firm will be responsible for comprehensive design services, including mechanical, electrical, structural, and vertical transport engineering, as well as site investigations, preparation of design and bidding documents, construction cost estimates, and construction administration services. This project is critical for ensuring compliance with relevant codes and standards while maintaining operational efficiency and safety within the GPO facility. Interested parties should contact Troy D. White at twhite@gpo.gov or Gary Stevens at gstevens@gpo.gov for further details, with an anticipated completion timeline for the design work of approximately 18 weeks from the notice to proceed.
    MMAR 6.302-2 Public Exigency Congressional Mandate
    United States Government Publishing Office
    The United States Government Publishing Office (GPO) is seeking a contractor, CoreSphere, to provide essential development, sustainment, and operations and maintenance services in response to a recent congressional mandate. This urgent requirement is driven by a public exigency as outlined in MMAR 6.302-2, necessitating immediate action to meet critical deadlines. The contract period is set from May 1, 2023, to April 30, 2024, with plans for a competitive follow-on requirement in the future. Interested parties can reach out to Dyeshia Sampson at dsampson@gpo.gov or call 202-320-0089 for further details.
    Financial Statement Audit Services for the U.S. Government Publishing Office (GPO)
    United States Government Publishing Office
    The U.S. Government Publishing Office (GPO) is seeking qualified Independent Public Accounting (IPA) firms to provide financial statement audit services for its consolidated financial statements for Fiscal Year 2026. The selected firm will conduct the audit in accordance with Generally Accepted Government Auditing Standards (GAGAS) and U.S. Generally Accepted Accounting Principles (GAAP), which includes evaluating internal controls, assessing compliance, and reviewing IT controls. This audit is crucial for ensuring the integrity and transparency of GPO's financial reporting and will involve a base performance period from April 2026 to April 2027, with options for four additional years. Interested firms must submit their capability statements by December 15, 2025, and can contact Tawanda Mizelle at tmizelle@gpo.gov or Jasmin Webb at jwebb@gpo.gov for further information.
    U.S. Coast Guard Incident Management Handbook 2025
    United States Government Publishing Office
    The United States Government Publishing Office (GPO) is soliciting bids for the printing of 7,000 copies of the "U.S. Coast Guard Incident Management Handbook 2025." The project requires the production of black plastic spiral-bound books with tabs, printed on white synthetic stock, featuring four-color covers and text, with black ink for the tabs. This handbook is essential for incident management within the Coast Guard, ensuring that personnel have access to critical information in a user-friendly format. Bids are due by December 16, 2025, at 11:00 a.m. EST, and must be submitted via email to bids@gpo.gov. Interested bidders should note that the final delivery of all copies is required by February 17, 2026, with all shipping costs included in the bid, and they must adhere to GPO Contract Terms.
    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.
    D951-M On-site Services (R-1) (A-1)
    United States Government Publishing Office
    The United States Government Publishing Office (GPO) is seeking proposals for on-site services through a Multiple Award Task Order Contract (MATOC) under the D951-M (R-1) Umbrella Contract. This solicitation aims to qualify contractors capable of providing a range of services, including copying, printing, scanning, and mailing solutions, at various Federal Government facilities both within the contiguous United States (CONUS) and outside (OCONUS). The awarded contractors will compete for individual task orders, with the Government reserving the right to limit competition when deemed necessary. Interested contractors should designate a single point of contact for task order requests and can find complete specifications and additional details at the GPO's vendor website. For inquiries, contact Lauren Helming at lhelming@gpo.gov or APS/ACS at apsacs@gpo.gov.
    Army Press Journals
    United States Government Publishing Office
    The United States Government Publishing Office is seeking contractors for the production of Army Press Journals, specifically perfect bound pamphlets that require various operations including electronic prepress, 4-color printing, binding, addressing, packing, and distribution. This procurement is essential for the dissemination of official Army publications, ensuring that materials are produced to high standards for effective communication and record-keeping. Interested vendors can find complete specifications and additional details at the provided link, and are encouraged to reach out to primary contact Felicia Buchko at fbuchko@gpo.gov or secondary contact Chuck Szopo at cszopo@gpo.gov for further inquiries. The solicitation is categorized under NAICS code 323117 and PSC code T011, with no specified funding amount or deadline mentioned in the overview.
    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.
    52000QR260001472 USCGC BAILEY BARCO FM200 AND GALLEY HOOD INSPECTION
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified small businesses to conduct inspection and testing of the fire suppression systems aboard the CGC Bailey Barco, including five-year visual inspections for six FM200 cylinders and hydrostatic testing of the galley system. This procurement is critical for ensuring the operational readiness and safety compliance of the cutter's fire suppression systems, adhering to established maintenance procedures and industry standards. Interested vendors must have trained personnel with relevant experience in marine Chemetron Fire Systems and are required to submit their proposals by December 17, 2025, with the work to be completed by December 30, 2025. For further inquiries, vendors can contact Timothy Ford at timothy.s.ford@uscg.mil or Joshua Miller at joshua.n.miller@uscg.mil.