Fire Alarm Inspection and Certification - MSU Valdez
ID: 37570PR250000004Type: Combined Synopsis/Solicitation
Overview

Buyer

HOMELAND SECURITY, DEPARTMENT OFUS COAST GUARDBASE KODIAK(00045)KODIAK, AK, 99619, USA

NAICS

Security Systems Services (except Locksmiths) (561621)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- FIRE CONTROL EQUIPMENT (J012)

Set Aside

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

    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking proposals for a service contract focused on the inspection and certification of fire alarm systems at the Marine Support Unit in Valdez, Alaska. The contractor will be responsible for the inspection, repair, and annual certification of the ANSUL Autopulse Z-10 fire detection and suppression systems, which includes tasks such as hydrotests, valve rebuilds, and leak testing, with a 60-day post-certification service option. This procurement is critical for ensuring the safety and operational readiness of fire control equipment, adhering to federal safety and environmental regulations. Interested bidders should contact Robbin Kessler at robbin.m.kessler@uscg.mil for further details, and are encouraged to conduct site visits prior to proposal submission.

    Point(s) of Contact
    Files
    Title
    Posted
    The USCG Forces Valdez has issued a Request for Proposal (RFP) for a service contract focused on the inspection, repair, and annual certification of fire detection and suppression systems, specifically the ANSUL Autopulse Z-10, at the Marine Support Unit in Valdez, Alaska. The contractor is required to provide all necessary labor and materials, commencing immediately upon contract acceptance, with a 60-day post-certification service option included. Specific tasks include conducting hydrotests, valve rebuilds, filling suppressants, leak testing, and restoring operational status. Coordination with the unit's safety officer is mandatory before testing alarm systems. Bidders are encouraged to conduct site visits prior to submitting proposals, and the designated Quality Assurance Evaluator (QAE) is CWO Brian Walsh. The document emphasizes adherence to safety and environmental regulations, including obtaining necessary permits and ensuring a clean worksite. Upon project completion, the contractor must notify the QAE for inspection and acceptance. The RFP outlines requirements for contractor personnel identification, safety practices, and environmental protection measures, reflecting the government's commitment to safety and compliance within federal operational standards.
    The document appears to be heavily corrupted or garbled beyond recovery, making it impossible to extract any coherent information or thematic structure. Due to this, there are no identifiable main topics, key ideas, or supporting details to summarize. Consequently, any effort to analyze the document in the context of government RFPs, federal grants, and state/local RFPs is unfeasible as the text does not present any intelligible content. In its current form, the file does not provide any meaningful or contextually relevant information. As such, a substantive summary cannot be generated.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    MOBILE BAY Hi-Fog Water Mist Fire Suppression System
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors to provide annual inspection services for the Hi-Fog Water Mist Fire Suppression System aboard the CGC Mobile Bay, located in Sturgeon Bay, Wisconsin. The contractor will be responsible for setting up the water mist system for testing, executing the necessary tests, and ensuring the system is returned to normal operations, while documenting any discrepancies found during the inspection. This procurement is critical for maintaining fire safety compliance and operational readiness of the vessel. Interested parties should contact Donna O'Neal at Donna.J.O'Neal@uscg.mil or 510-393-1145, or Jeramyah George at JERAMYAH.W.GEORGE@USCG.MIL or 510-437-5436 for further details.
    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.
    CGC OAK Inspection and Service of CO2 and APC Marine Fire Suppression Systems
    Buyer not available
    The US Coast Guard Surface Force Logistics Center invites quotations for the inspection and service of CO2 and APC marine fire suppression systems on the USCGC OAK. This combined synopsis and solicitation seek a firm-fixed-price contract under FAR Part 13.5. The work involves providing all necessary labor, supervision, and materials to inspect and service the fire suppression systems aboard the vessel, which is docked in Newport, Rhode Island. The contract is intended for small businesses, and all responsible vendors are encouraged to submit quotations. The deadline for submission is 12 pm Pacific Time on September 27th, 2023. Vendors must email their quotes to Donna.J.O'Neal@uscg.mil and Michael.E.Madrigal@uscg.mil and ensure receipt is acknowledged by the Coast Guard. The solicitation incorporates provisions and clauses effective through Federal Acquisition Circular 2005-65. Vendors must comply with the small business standards and use a SAM.gov registered DUNS number on their quotes. For more information, contact Donna O'Neal at Donna.J.O'Neal@uscg.mil or 5103931145.
    Replace Fire Alarm System at U.S. Coast Guard, Narragansett, Rhode Island
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking bids for the replacement of the fire alarm system at its facility in Narragansett, Rhode Island. The project entails the design and installation of a new addressable class A fire alarm system that complies with National Fire Protection Association (NFPA) standards and ADA requirements, ensuring comprehensive safety across multiple buildings. This initiative is crucial for enhancing fire safety infrastructure at the facility, which plays a vital role in Coast Guard operations. Bids are due by April 1, 2025, with an estimated project cost between $250,000 and $500,000, and interested contractors must provide a 20% bid guarantee. For further inquiries, bidders can contact Nadine Provost at Nadine.M.Provost@uscg.mil or Simon W. Leung at simon.w.leung@uscg.mil.
    RBM 45753/45762 FM-200 recertification
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors for the recertification of the FM-200 fire suppression system on the Response Boat Medium (RBM) at the Coast Guard Station Apra Harbor in Santa Rita, Guam. The selected contractor will be responsible for inspecting, testing, and re-certifying the entire fire suppression system, with work expected to commence within twenty days of contract award. This project is critical for ensuring the operational readiness and safety of the Coast Guard's response capabilities, adhering to all relevant federal, state, and local regulations. Interested parties should contact Gabriel Jasbon at gabriel.o.jasbon@uscg.mil for further details, and must comply with the wage determination requirements outlined in Wage Determination No. 2015-5693, which mandates a minimum wage of $17.75 per hour for applicable occupations.
    GPO Fire Alarm and Suppression Systems - Test and Certification of Repaired Components
    Buyer not available
    The United States Government Publishing Office (GPO) is soliciting proposals for a federal contract focused on the testing and certification of fire alarm and suppression systems across its facilities, specifically Buildings A, B, C, and D in Washington, D.C. The contract aims to engage a qualified firm to assess repaired components, ensuring compliance with NFPA codes and local regulations, and to provide consultation services as needed. This procurement is critical for maintaining operational safety and compliance with federal safety standards, as highlighted by recent inspections that identified various discrepancies in fire safety systems requiring immediate attention. Proposals are due by March 27, 2025, with site visits available on March 10, 2025. Interested parties can contact Troy D. White at twhite@gpo.gov or Auday Aubaidi at aaubaidi@gpo.gov for further information.
    CGC BEAR Fire Suppression Sprinkler Head(s)
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified vendors to supply 42 fire suppression sprinkler heads under solicitation number 2125405Y152138403. This procurement aims to acquire essential firefighting equipment, which is critical for maintaining safety and operational readiness within the Coast Guard's facilities. Vendors must have active registrations in SAM.gov, and the evaluation will focus on price, completeness of requirements, and adherence to delivery timelines, with all deliveries required by April 15, 2025, to a designated address in Baltimore. Interested parties can reach out to Jermond M. Williamson at Jermond.m.williamson@uscg.mil or 571-607-7562 for further details.
    Repair Aux Fuel Management Control
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking contractors to perform repairs on the Auxiliary Fuel Management Control for the MH-60T aircraft. The procurement requires contractors to conduct inspections, repairs, and evaluations of specified components, ensuring adherence to original manufacturer specifications and industry standards. This initiative is crucial for maintaining the operational readiness and safety of U.S. Coast Guard assets, emphasizing the importance of regulatory compliance and quality assurance in government procurement. Interested contractors should contact Julie Lininger at julie.g.lininger@uscg.mil or the MRR Procurement Mailbox at mrr-procurement@uscg.mil for further details.
    open, inspect and report OPERATOR INTERFACE, ELECTRONIC
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors to open, inspect, report, and overhaul electronic operator interface components, specifically part number 76737-16, with a total quantity of nine units. The overhaul must comply with the ELC Number R-400-299-J specification and include a standard manufacturer's warranty of up to two years post-delivery, ensuring that all items are delivered in compliance with packaging and preservation standards to prevent deterioration. This procurement is critical for maintaining the functionality of fire and smoke alarm systems aboard Coast Guard vessels, with a total estimated cost for the overhaul capped at $8,495 per unit. Interested vendors must submit their quotes by August 7, 2024, and direct any inquiries to Eric Goldstein at Eric.I.Goldstein@uscg.mil.
    MH-65 REPAIR
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors to provide repair services for components of the MH-65 helicopter, focusing on the Right-Hand Lower Fire Wall and Right-Hand Inner Fire Wall. The procurement involves testing and evaluating these components to determine their condition, with repairs required to meet original manufacturer specifications, particularly for items categorized as Beyond Economical Repair (BER). This initiative is crucial for maintaining the operational readiness and safety of U.S. Coast Guard aviation assets. Interested contractors should direct inquiries to Mary Elaina Price at elaina.m.price@uscg.mil or Terrie L. Pickard at Terrie.L.Pickard@uscg.mil, with the RFQ number 70Z03825QB0000049 outlining specific requirements and compliance expectations.