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
    Description

    The Department of the Treasury, specifically the Bureau of the Fiscal Service, is seeking proposals for the replacement of the fire control system at the Financial Crimes Enforcement Network (FinCEN) in Vienna, Virginia. The project involves upgrading an outdated 20-year-old fire alarm system and integrating smaller systems to ensure compatibility and centralized monitoring, with a focus on compliance with safety regulations and standards. This procurement 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 proposals due by April 1, 2025. Interested vendors can submit questions to purchasing@fiscal.treasury.gov by March 26, 2025, and are encouraged to review the attached Statement of Work for detailed requirements.

    Files
    Title
    Posted
    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 The project includes replacing an outdated fire alarm system and upgrading smaller systems, with a focus on compliance and system integration.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 The proposal must cover complete system testing, programming, necessary permits, and removal of outdated equipment, with a one-year warranty and ongoing preventive maintenance outlined for subsequent years.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.
    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.
    The RFQ 20341225Q00024/Amendment 2 outlines the requirements for replacing the fire alarm system at the Financial Crimes Enforcement Network (FinCEN) Computer Room in Vienna, VA. The project involves upgrading an outdated 20-year-old fire alarm system and integrating smaller systems to ensure compatibility and centralized monitoring. Two key areas are addressed: 1) replacing the large computer room fire system, which includes a comprehensive system test, new addressable fire panels, smoke detectors, and relay modules, and 2) upgrading the smaller computer room fire system with similar components. The contractor is responsible for ensuring all work meets the Fairfax County Fire Marshall’s approval, providing necessary permits, removing old equipment, and offering a one-year warranty along with a three-year preventive maintenance agreement. Maintenance includes inspections, emergency repair response, and fire extinguisher checks. Work is to be performed during designated hours with access provided by FinCEN’s facilities staff. The document emphasizes the importance of safety and compliance while detailing coordination requirements for project execution.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    B491 Fire Alarm Repair
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals from qualified small businesses for the repair of fire alarm systems at Facility B491, Offutt Air Force Base in Nebraska. The contractor will be responsible for providing all necessary equipment and labor to repair and rebuild the Simplex 4100ES Fire Alarm Control Panel, ensuring network communication with Facility B492 for fire pump activation. This project is critical for maintaining safety and compliance with fire control standards, and the total estimated award amount is $25 million. Interested parties must submit their proposals by January 5, 2026, and are encouraged to attend a site visit on December 16, 2025, with questions due by December 19, 2025. For further inquiries, contact SrA Jason Arizmendi at jason.arizmendi@us.af.mil or Lt Ryan Brewster at ryan.brewster.3@us.af.mil.
    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.
    Replace Fire Alarm System for Buildings 15, 65, 68, 88, 90, & 93
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors to replace the obsolete fire alarm systems in multiple buildings at the Central Alabama Veterans Health Care System located in Tuskegee, Alabama. This project aims to address significant safety risks posed by the current outdated systems, which include an antiquated fiber optic network and lack of campus-wide voice/alarm functionality, with an estimated contract value between $10,000,000 and $20,000,000 and a completion period of 365 days. The procurement is a 100% Set-Aside for certified Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), and interested contractors must be SBA-certified and registered in SAM. The solicitation (36C24726R0028) is expected to be posted around January 31, 2026, and for further inquiries, potential bidders can contact Kimberly D Devlin at kimberly.devlin@va.gov or Joyce Powers at joyce.powers1@va.gov.
    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.
    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.
    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.
    FCI Pekin - Replace Boilers & Controls
    Justice, Department Of
    The Department of Justice, specifically the Federal Bureau of Prisons, is preparing to solicit bids for a firm-fixed-price construction contract to replace boilers and controls at the Federal Correctional Institution (FCI) Pekin in Illinois. The project entails the removal of existing boilers and associated systems, installation of new boilers and controls, and ensuring proper integration with existing systems, with a performance period of 120 calendar days from the notice to proceed. This opportunity is a total small business set-aside, with an estimated project value between $1 million and $5 million, and the solicitation is expected to be available around January 7, 2026. Interested contractors should monitor the Contract Opportunity website at https://sam.gov for updates and ensure their registration in the System for Award Management (SAM) is current, as all submissions must comply with the small business size standard of $19 million for the applicable NAICS code 238220.
    Facilities Technology Management (FTM)
    Justice, Department Of
    The Federal Bureau of Investigation (FBI) is seeking industry feedback through a Request for Information (RFI) related to its Facilities Technology Management (FTM) initiative. The primary objectives include providing operations and maintenance support for the TRIRIGA system until its end of life in September 2027, as well as conducting a comprehensive systems assessment to optimize the FBI's facilities technology portfolio. This assessment will involve evaluating existing systems and market-available options, focusing on requirements alignment, cost analysis, and risk assessment. Interested vendors are encouraged to submit capabilities statements by December 23, 2025, and may have the opportunity to participate in a Reverse Industry Day based on their submissions. For further inquiries, contact Tammy Clark at tjclark2@fbi.gov or 304-476-3678, or Marie Agrinzoni at meagrinzoni@fbi.gov.
    Citrix Universal Premium Concurrent Transition
    Treasury, Department Of The
    The Department of the Treasury, specifically the Internal Revenue Service (IRS), is seeking qualified vendors for the procurement of Citrix Universal Premium Concurrent Transition Licenses. This requirement is part of the IRS's initiative to enhance its IT capabilities and will be governed by the Statement of Work provided by the IRS. The solicitation (RFQ 2032L226Q00009) is expected to be released in late December 2025 or early January 2026 and will be exclusively available through NASA SEWP, with a closing date anticipated in the first or second week of January 2026. Interested parties are encouraged to monitor the NASA SEWP site for updates and must submit their quotes through this platform; all inquiries should be directed to Christopher Monosiet at christopher.monosiet@irs.gov.
    Video Conference Rooms
    Treasury, Department Of The
    The Department of the Treasury, specifically the Internal Revenue Service (IRS), is seeking qualified contractors to provide maintenance and support for video conferencing (VC) equipment across its existing and future VC rooms. The procurement aims to ensure operational integrity through managed support services, including maintenance of current systems and installation of new equipment, as the IRS anticipates a total of 557 VC rooms (377 existing and 180 projected). This opportunity is crucial for enhancing communication and collaboration within the agency, with an anticipated Request for Proposal (RFP) to be issued in the second quarter of FY26. Interested vendors must submit their responses to Contracting Officer Jillian Staskin at jillian.n.staskin@irs.gov by December 18, 2025, at 12:00 PM EST, adhering to the specified submission guidelines.