Fire Control System Replacement in NOC
ID: 20341225Q00024Type: Combined Synopsis/Solicitation
Overview

Buyer

TREASURY, DEPARTMENT OF THEBUREAU OF THE FISCAL SERVICEARC DIV PROC SVCS - FINCENPARKERSBURG, WV, 26101, USA

NAICS

Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance (811310)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- ELECTRICAL AND ELECTRONIC EQUIPMENT COMPONENTS (J059)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Mar 20, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 1, 2025, 12:00 AM UTC
  3. 3
    Due Apr 4, 2025, 6:00 PM UTC
Description

The Department of the Treasury, specifically the Bureau of the Fiscal Service on behalf of the Financial Crimes Enforcement Network (FinCEN), is seeking proposals for the replacement of the Fire Control System at its Network Operations Center (NOC) located in Vienna, Virginia. The procurement involves replacing an outdated fire alarm system and upgrading smaller systems to ensure compliance with applicable codes and industry standards, with a focus on system integration and operational safety. This opportunity is set aside for small businesses under NAICS code 811310, and the contract will be awarded based on the lowest price technically acceptable quote, with a performance period spanning from April 16, 2025, to April 15, 2029, including options for maintenance in subsequent years. Interested vendors must submit their proposals by April 1, 2025, and direct any inquiries to purchasing@fiscal.treasury.gov by March 26, 2025.

Files
Title
Posted
Apr 1, 2025, 6:04 PM UTC
The document outlines a Request for Quote (RFQ) from the Fiscal Service on behalf of the Financial Crimes Enforcement Network (FinCEN) for a Fire Control System Replacement at its network operations center in Vienna, VA. The project includes replacing an outdated fire alarm system and upgrading smaller systems, with a focus on compliance and system integration. The period of performance spans four years, including an option for three additional years. The contract is set aside exclusively for small businesses under NAICS 811310, with the award based on the lowest price that meets technical acceptability criteria detailed in the Statement of Work (SOW). Contractors must submit proposals by April 1, 2025, incorporating detailed pricing and compliance with several federal clauses, including warranty provisions and maintenance agreements. The proposal must cover complete system testing, programming, necessary permits, and removal of outdated equipment, with a one-year warranty and ongoing preventive maintenance outlined for subsequent years. Questions regarding the RFQ are due by March 26, 2025. The document emphasizes the importance of proper protocol and documentation, in line with federal acquisition regulations and oversight.
Apr 1, 2025, 6:04 PM UTC
The document outlines a Products and Pricing List for the replacement of fire control systems in a Network Operations Center (NOC). It specifies the units and model details for two fire alarm system replacements on the second floor, as well as the pricing for each component. The pricing structure includes costs for the base year from April 16, 2025, to April 15, 2026, followed by options for annual preventative maintenance for three subsequent years. Although specific pricing details are not filled in, the structure indicates a comprehensive plan for maintaining fire safety systems. The document is likely part of a government Request for Proposal (RFP) aimed at securing services for essential fire safety upgrades and maintenance, underscoring the commitment to enhance operational safety. The overall organization includes a subtotal for each year, followed by a total cost calculation, signifying a structured approach typical of government procurement processes.
Lifecycle
Title
Type
Combined Synopsis/Solicitation
Similar Opportunities
hCpatcha Enterprise and Premium Support
Buyer not available
The Department of the Treasury, specifically the Bureau of the Fiscal Service, is seeking quotes for the procurement of hCaptcha Enterprise services and Premium Support on behalf of the Financial Crimes Enforcement Network (FinCEN). The primary requirements include 30 million yearly verifications of hCaptcha Enterprise along with associated premium support services for a contract period from April 27, 2025, to April 26, 2026. This procurement is a total small business set-aside under NAICS code 513210, emphasizing the government's commitment to enhancing its digital capabilities while supporting small businesses. Interested vendors must submit their questions by April 10, 2025, and proposals by April 15, 2025, with all submissions directed to purchasing@fiscal.treasury.gov.
NSWCPD | B542 Design Build Fire Alarm Repairs (Mass Notification Systems)
Buyer not available
The Department of Defense, through the Naval Surface Warfare Center Philadelphia Division (NSWCPD), is soliciting proposals for the design and installation of a Fire Alarm and Mass Notification System (FA&MNS) at Building 542, Philadelphia Naval Business Center. The project entails replacing the existing fire alarm system and integrating a new mass notification system, adhering to specific safety and compliance standards. This procurement is crucial for enhancing safety measures within government facilities, ensuring operational readiness and compliance with federal regulations. Interested small businesses must submit their proposals, including technical and price evaluations, by the specified deadline, with the project budget estimated between $500,000 and $1,000,000 and a completion timeline of 199 days post-award. For further inquiries, contact Rishi Mathur at rishi.m.mathur.civ@us.navy.mil or David Rhoads at david.a.rhoads8.civ@us.navy.mil.
James River Reserve Fleet Fire Detection System Upgrade
Buyer not available
The Department of Transportation, specifically the Maritime Administration, is seeking proposals for the upgrade of the fire detection systems in buildings 2606 and 2612 at the James River Reserve Fleet (JRRF) facilities located at Fort Eustis, Virginia. The project involves the removal of existing fire system components and their replacement with new, upgraded systems, ensuring compliance with safety protocols and environmental sustainability standards. This upgrade is crucial for maintaining safety in government infrastructure, with a contract performance period scheduled from April 28, 2025, to June 11, 2025. Interested contractors must submit their proposals by April 14, 2025, and can direct inquiries to Scott Lewis at scott.j.lewis.ctr@dot.gov or Robert McDermott at robert.mcdermott@dot.gov.
Z--HOCU Fire & Security Alarm Systems Replacement
Buyer not available
The Department of the Interior, through the National Park Service, is conducting a market survey to assess vendor interest and capabilities for a forthcoming project to replace fire and security alarm systems at Hopewell Culture National Historical Park in Ross County, OH. The project will require vendors to provide all necessary labor, materials, tools, and equipment for the replacement of existing systems across multiple buildings, with an estimated project cost ranging from $500,000 to $1 million. This initiative is crucial for ensuring the safety and security of the park's facilities, and the anticipated contract is expected to be a firm-fixed price, with solicitation planned for April 2025 and award decisions by June 2025. Interested vendors must be classified as small businesses under NAICS code 238210, with a size standard of $19 million, and should submit their responses to the market survey by April 9, 2025, to Jordan Ellis at jordanellis@nps.gov.
Z--Fire and Intrusion Alarms Replacement
Buyer not available
The National Park Service, under the Department of the Interior, is preparing to issue an Invitation for Bid (IFB) for the Fire and Intrusion Alarm Replacement project at the Dayton Aviation Heritage National Historic Site in Dayton, Ohio. The project involves the removal of existing fire and intrusion alarm systems from five buildings and the installation of new wireless systems, with work expected to commence in June/July 2025. This project is significant for enhancing safety and security at a historic site, and it is set aside 100% for Total Small Businesses, with a contract value estimated between $250,000 and $500,000. Interested contractors should note that the official solicitation will be available in April 2025, and they must be registered in the System for Award Management (SAM) to be eligible for bidding; for further inquiries, contact Jarrod Brown at jarrodbrown@nps.gov or 234-571-7515.
Z1DA--626A4-23-203 - Upgrade Fire Alarm System
Buyer not available
The Department of Veterans Affairs is soliciting proposals for the upgrade of the fire alarm system at the Tennessee Valley Healthcare System (VA Medical Center) in Murfreesboro, TN, under Project 626A4-23-203. The project requires contractors to provide all necessary labor, materials, equipment, and supervision to complete the upgrade, which includes demolition and new construction across various disciplines such as electrical and architectural work. This initiative is crucial for enhancing safety infrastructure within the facility, ensuring compliance with current VA standards and national fire codes while minimizing disruptions to medical operations. Proposals are due by April 8, 2025, at 1:00 PM CDT, and interested contractors should contact Contract Specialist Jen Jamieson at jen.jamieson@va.gov for further details.
Z--FOLS - Fire, Security Alarm System, and Electrical Panel Replacements
Buyer not available
The National Park Service (NPS) is conducting a market survey to identify contractors capable of replacing the fire and security alarm systems and the electrical panel at Fort Larned National Historic Site in Kansas. The project entails installing a new addressable fire and intrusion alarm system across nine historic structures, complete with video surveillance capabilities, as well as replacing the main electrical distribution panel at the park's visitor center. This procurement is crucial for enhancing the safety and security of the site, with an estimated construction cost ranging from $1 million to $5 million. Interested small business contractors must submit their responses, including essential information and capabilities statements, by April 9, 2025, via email to Bridget Parizek at bridgetparizek@nps.gov, referencing project number 140P6025B0004.
FDIC's Internet Firewall Requirement
Buyer not available
The Federal Deposit Insurance Corporation (FDIC) is seeking proposals for the upgrade of its existing Internet Firewall hardware as part of a critical network security enhancement initiative. The procurement aims to replace aging firewall systems with newer models, specifically targeting Palo Alto Networks hardware and associated subscription services for advanced threat monitoring. This upgrade is essential for maintaining robust cybersecurity measures and protecting sensitive information within the FDIC's operations. Interested vendors should submit their proposals, including pricing on the attached Price Schedule, by the deadline for questions on April 11, 2025, at noon EST. For further inquiries, contact Diamond Toles at ditoles@fdic.gov or by phone at 571-213-4018.
Enterprise Fire Alarm Control Panel (FACP) Systems
Buyer not available
The Department of Defense, specifically the U.S. Army Installation Management Command (IMCOM), is seeking industry feedback through a Sources Sought Notice for the procurement of Fire Alarm Control Panel (FACP) systems. The objective is to standardize these systems across all Army installations within the Continental United States, Alaska, Puerto Rico, Hawaii, and select overseas locations, reducing the number of manufacturers from thirty-eight to four—Honeywell, Johnson Control, Monaco, and Siemens—to enhance cost efficiency and operational effectiveness. This initiative aims to streamline procurement processes for replacements or new installations under Firm-Fixed-Price contracts, while also inviting responses from firms capable of providing comparable products. Interested parties should direct inquiries to Brayden Lazenby at brayden.v.lazenby.civ@army.mil or Sylvia Farmer at sylvia.farmer.civ@army.mil, with responses encouraged by the specified deadline to facilitate clarity in the contracting process.
FIRE AND SECURITY SYSTEM AT TIMU
Buyer not available
The Department of the Interior, through the National Park Service, is soliciting proposals for the removal and replacement of fire and security systems at the Timucuan Ecological and Historical Preserve in Jacksonville, Florida. The project aims to install a modern, networked fire alarm and security system in several historical buildings, necessitating careful preservation measures due to their significance. This initiative is crucial for enhancing the safety and security of the site while maintaining its cultural and historical integrity. Proposals are due by May 2, 2025, with a project budget estimated between $500,000 and $1,000,000, and interested contractors must be registered as Service-Disabled Veteran-Owned Small Businesses. For further inquiries, contact William Vazquez at WilliamVazquez@nps.gov or 470-819-0934.