Fire Alarm Control Panel-Name Brand Only
ID: W519TC25Q2152Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW390 MCALESTER ARMY AMMO PLANTMCALESTER, OK, 74501-5000, USA

NAICS

Security Systems Services (except Locksmiths) (561621)

PSC

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

Set Aside

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

    The Department of Defense, specifically the Department of the Army, is seeking proposals for the procurement of a Monaco brand fire alarm control panel, as outlined in a combined synopsis/solicitation notice. The requirement has been amended to specify "Monaco Name Brand Only - No Substitutes," reflecting a stringent procurement criterion aimed at ensuring product reliability and compliance with technical standards. This procurement is critical for maintaining safety and security protocols at the McAlester Army Ammunition Plant in Oklahoma. Interested contractors must submit their offers by 3:00 PM on March 5, 2025, with delivery expected by April 3, 2025. For further inquiries, Regina Gibson can be contacted via email at regina.l.gibson7.civ@army.mil or by phone at 918-420-7454.

    Point(s) of Contact
    Files
    Title
    Posted
    The document is an amendment to a federal solicitation, specifically changing the terms related to a requested control panel from "Name Brand or Equal" to "Monaco Name Brand Only - No Substitutes." The amendment modifies the description of the required supplies, emphasizing that only the specified brand's product will be accepted, which reflects a shift towards more stringent procurement criteria in response to potential supply chain or quality concerns. The original specification was altered to eliminate the option for alternatives, thereby ensuring uniformity and possibly enhanced compliance with technical standards. The document details the logistics of acknowledging the amendment, reiterating the importance of timely communication by the contractors regarding their offers. This amendment underscores a focused need for specific branded materials, aligning with common practices in government RFPs where brand reliability and product conformity are paramount.
    The document pertains to a government solicitation for commercial items, specifically for a fire alarm control panel identified by the Monaco P/N: 227-956-00. The contract is issued by the Army Contracting Command and requires the submission of offers by 3:00 PM on March 5, 2025. The solicitation emphasizes compliance with federal regulations, including clauses related to commercial products and services, and mandates that all proposals must meet specific quality and performance standards. The delivery of the item is scheduled for April 3, 2025, at the McAlester Army Ammunition Plant. The solicitation specifies that the contractor is responsible for delivering requested items and ensuring that invoices meet all requirements outlined in the Wide Area Workflow payment instructions. Additionally, it highlights the importance of selecting a suitable brand or equal product to fulfill government needs, while stipulating the process for evaluating offers based on price and performance. This document illustrates the structured and regulated nature of federal solicitations, aimed at ensuring transparency, fairness, and compliance in procurement practices.
    Lifecycle
    Title
    Type
    Fire Alarm Control Panel
    Currently viewing
    Combined Synopsis/Solicitation
    Similar Opportunities
    Notice of Intent for Use of Brand Name - Monaco Fire Systems
    Buyer not available
    The Department of Defense, specifically the Department of the Army through the W071 Endist Seattle office, has issued a Special Notice regarding the intent to procure brand name Monaco Fire Systems. This procurement is focused on acquiring specialized fire protection systems that are critical for ensuring safety and compliance at Malmstrom Air Force Base in Montana. The goods sought are essential for maintaining operational readiness and safeguarding personnel and equipment from fire hazards. Interested vendors can reach out to Shawna West at shawna.m.west2@usace.army.mil or Michael Saldana at michael.e.saldana@usace.army.mil for further information regarding this opportunity.
    Pull Station
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking proposals for the procurement of hazardous location pull stations, specifically the Wheelock P/N: MPS-400X, to enhance safety measures at the McAlester Army Ammunition Plant in Oklahoma. The requirement includes the supply of 26 explosion-proof fire alarm pull stations that adhere to specified safety and performance standards, with delivery expected by March 18, 2025. This procurement underscores the Army's commitment to maintaining safety in potentially hazardous environments through compliant and effective safety equipment. Interested vendors must submit their proposals by March 4, 2025, at 3:00 PM, and can direct inquiries to Regina Gibson at regina.l.gibson7.civ@army.mil or by phone at 918-420-7454.
    Sources Sought Announcement - Fire Alarm Control Panels - Renovate Sijan Hall - Phase One at U.S. Air Force Academy, CO
    Buyer not available
    The U.S. Army Corps of Engineers, Omaha District, is conducting a Sources Sought announcement to identify potential sources for Notifier brand fire alarm control panels required for the renovation of Sijan Hall at the U.S. Air Force Academy in Colorado. The project aims to implement a phased construction approach that minimizes disruption to ongoing operations while adhering to Department of Defense safety and sustainability guidelines. The anticipated construction contract, valued between $100 million and $250 million, includes an estimated cost of $125,000 to $225,000 for the fire alarm control panels, with responses due by March 5, 2025. Interested vendors should submit a capabilities statement to Scott Dwyer at Scott.Dwyer@usace.army.mil, detailing their qualifications and compliance with specified requirements.
    Notice of Intent for Mircom FlexNet Fire Alarm Control Panel
    Buyer not available
    The Department of Defense, specifically the Department of the Army through the W2SD Endist New England office, has issued a Special Notice regarding its intent to procure the Mircom FlexNet Fire Alarm Control Panel. This procurement aims to enhance fire safety systems, which are critical for ensuring the protection of personnel and property in military installations. The Mircom FlexNet system is known for its reliability and advanced features, making it a vital component in modern fire alarm management. Interested vendors can reach out to Elizabeth Glasgow at elizabeth.k.glasgow@usace.army.mil or call 978-318-8671 for further details, or contact Tyler Maryak at tyler.s.maryak@usace.army.mil or 978-318-8049 for additional inquiries.
    Fire Alarm BPA Fort Drum NY
    Buyer not available
    Presolicitation DEPT OF DEFENSE DEPT OF THE ARMY is seeking multiple businesses to enter into a Blanket Purchase Agreement (BPA) for Fire Alarm services at Fort Drum, NY. The services include fire alarm sales combined with installation, repair, or monitoring services. The BPA calls may be below $25,000 and sporadic in nature. The Contractor must be able to accept the Government Purchase Card (GPC) and submit invoices in Wide Area Workflow (WAWF). BPAs will be evaluated annually and may remain in place for up to five years. Interested parties must be registered with the System for Award Management Registration (SAM) under NACIS code 561621. The registrations can be done through System for Award Management (SAM) for free. Any interested party should submit their DUNS number, CAGE Code, and Tax ID number to SFC Timmons.
    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.
    PBA Carbon Monoxide Detectors
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking sources for the procurement of carbon monoxide detectors. This opportunity falls under the NAICS code 423690, which pertains to Other Electronic Parts and Equipment Merchant Wholesalers, and is classified under the PSC code 6350 for miscellaneous alarm, signal, and security detection systems. The carbon monoxide detectors are crucial for ensuring safety and compliance in various military applications, particularly in environments where carbon monoxide exposure poses significant risks. Interested vendors can reach out to Larry Owens at larry.w.owens4.civ@army.mil or Stephanie Migawa at stephanie.m.migawa.civ@army.mil for further information regarding this sources sought notice.
    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.
    Replacement of fire alarm initiating devices and wires
    Buyer not available
    Presolicitation DEPT OF DEFENSE DEFENSE LOGISTICS AGENCY is seeking a contractor to replace fire alarm initiating devices and wires in Building 100, DLA Distribution San Joaquin CA (DDJC), Tracy Site, Tracy CA 95304. The contractor will replace existing Apollo-Series software protocol devices with new Velociti-Series addressable devices, replace conventional initiating circuit copper wiring with new addressable communication cables, replace fire sprinkler flow & tamper switches monitor modules with new Velociti-series addressable devices, replace manual pull stations with new Velociti-series addressable stations, replace smoke, duct & heat detection devices with new Velociti-series addressable devices, provide all device circuit terminations, final connections, testing, labeling, submittals, as-built drawings, test reports, guarantees, closeouts, and programming of all devices. The work must be completed within 120 calendar days from receipt of the Notice to Proceed (NTP). The acquisition is set-aside 100% for Small Business concerns. The NAICS Code for this procurement is 238210. The small business size standard is $15,000,000. The magnitude of this construction effort is between $250,000.00 and $500,000.00. The tentative timeframe for issuance of Invitation for Bid (IFB) SP3300-16-B-0009 is on or around July 30, 2016. Prospective offerors must be registered in the System for Award Management (SAM) Database at http://www.sam.gov.
    Blower Motor
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking proposals for the supply of a blower motor intended for the McAlester Army Ammunition Plant in Oklahoma. The procurement is set aside for small businesses, with a focus on service-disabled veteran-owned and women-owned enterprises, and requires bidders to submit a technical specification sheet alongside their offers, which must meet specific operational criteria such as horsepower, voltage, and phase. This solicitation emphasizes compliance with federal regulations and aims to support diversity in federal contracting. Interested parties should submit their offers by 10:00 AM on March 4, 2025, and can contact Casey Pratt at casey.p.pratt.civ@army.mil or by phone at 918-420-7407 for further information.