Remove, Furnish and Install Fire Alarm B335
ID: FA446024Q0268Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA4460 19 CONS PKALITTLE ROCK AFB, AR, 72099-4971, 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 Air Force, is soliciting proposals for the removal, furnishing, and installation of a new fire alarm system at Building 335, Little Rock Air Force Base, Arkansas. The contractor will be responsible for providing all necessary personnel, tools, equipment, and materials to install a Monaco basic fire alarm system, ensuring compliance with all applicable federal, state, and local regulations, and completing the project within 180 days of contract award. This initiative is crucial for enhancing fire safety measures at the facility, and the contract is set aside for small businesses under NAICS code 561621. Interested contractors must submit their proposals by September 12, 2024, and direct any inquiries to A1C Caleb Munyi at caleb.munyi.ke@us.af.mil or Dimas Bernacchia at dimas.bernacchia.1@us.af.mil.

    Files
    Title
    Posted
    The document outlines the evaluation criteria for government contracts pertaining to commercial products and services, specifically regarding fire detection systems. The primary purpose is to establish a fair and transparent process for awarding contracts based on price and technical evaluations. Offers will be ranked based on price first, with a complete total for all contract line items required. Technical submissions must provide an "Acceptable" description of the fire detection system according to specifications in the Performance Work Statement (PWS); otherwise, proposals may be deemed unacceptable and receive no further consideration. If the lowest-priced offer meets technical standards, an award will be made immediately. The government reserves the right to negotiate with offerors and retains the option not to select a contractor based on proposal quality and funding availability. Contract acceptance will occur upon written notification within the specified timeframe unless a withdrawal notice is received. This document provides essential guidelines for vendors responding to government Requests for Proposals (RFPs), ensuring compliance with evaluation factors and process clarity.
    The memorandum from the Commander of the 19th Airlift Wing at Little Rock Air Force Base outlines the base's commitment to environmental responsibility in military operations. It emphasizes the importance of continually improving the Environmental Management System (EMS) to protect human health and natural resources while supporting Air Mobility Command's mission. The policy stresses pollution prevention and compliance with environmental laws while being accessible to all personnel and the public. Training on EMS awareness is provided, and it supersedes the previous EMS policy from 2022. The document also provides contact information for further assistance, reinforcing that adherence to the commitments outlined in the policy is a responsibility shared by military, civilian personnel, and contractors. Additionally, the subsequent sections relate to Unified Facilities Guide Specifications (UFGS) for an addressable fire alarm system, detailing requirements for design, submittals, materials, maintenance, and equipment compatibility, underscoring the need for rigorous standards in system deployment for safety and compliance in government projects.
    Safety & Environmental Investigations, Inc. conducted a Limited Asbestos Inspection at Building 335 of Little Rock Air Force Base, Jacksonville, Arkansas, in December 2018, for HGL Construction, Inc. The inspection aimed to identify suspect asbestos-containing materials (ACM) prior to planned renovations of the HVAC system and ceilings. Following EPA AHERA guidelines, the inspection involved on-site sampling by certified personnel on November 29, 2018. Samples were taken from various materials, including ceiling tiles and sheetrock, and analyzed for asbestos content. The results indicated no asbestos was detected in any samples collected, allowing renovations to proceed without concerns regarding ACM. The report includes a detailed summary of sampled materials, their locations, and analytical findings. It notes the presence of other non-suspect materials, such as fiberglass insulation. The document also reminds that a notification is required to the Arkansas Department of Environmental Quality for any future demolition/removal activities. Limitations of the inspection were acknowledged, including potential unidentified asbestos materials during subsequent renovations. Overall, the report emphasizes compliance with safety regulations and highlights that future work can move forward based on the findings of the inspection.
    The document serves as a Single Source Justification for the procurement of a fire alarm operating matrix and mass notification system from Monaco for Building 335 at Little Rock Air Force Base, AR. It identifies the contracting activity as 19 CONS and specifies that the only suitable supplier for the required system components is the original manufacturer, Monaco, due to the compatibility of existing hardware and software with the D21 system. While market research indicates the presence of several small business resellers of Monaco equipment, the need for brand-specific components prompts the justification for a single-source contract in accordance with FAR guidelines. The contracting officer, Amanda Davenport, concludes that only a single source is reasonably available, emphasizing the importance of ensuring system compatibility. Future efforts will involve scouting the market for alternative equipment options that interface with Monaco products. This justification reflects the government's commitment to securing a reliable and compatible fire safety solution while still encouraging competitive procurement where applicable.
    The file contains a comprehensive list of clauses and provisions that outline various requirements and certifications for offerors in response to a solicitation for commercial products and services. These span topics such as item unique identification, electronic payment processes, representations and certifications on issues like small business status, compliance with labor and tax laws, and restrictions on business operations in specific countries. Notably, it mandates contractors' compliance with provisions aimed at preventing child labor and forced labor in supply chains and ensuring compliance with trade agreements. Additionally, the file specifies detailed procedures and criteria for offerors to follow regarding item serialization, reporting requirements, and subcontracting arrangements.
    The Department of the Air Force seeks quotes from small businesses for a fire alarm system project at Building 335, Little Rock Air Force Base. The work involves removing existing systems and replacing them with new ones, adhering to a strict Performance Work Statement (PWS). This commercial item procurement is governed by FAC 2023-01 and must be completed within 60 calendar days. The Air Force will award the contract based on pricing and other factors to vendors registered in SAM, with quotes due by 12:00 PM CDT on August 16, 2024. Vendors must conform to the specified NAICS code and size standards, and the successful bidder will provide all necessary materials, transportation, and labour.
    The solicitation FA4460-24-Q-0268 is a combined request for proposals for the removal, furnishing, and installation of fire alarm systems at Building 335, Little Rock Air Force Base, Arkansas. This project is set aside for small businesses, in line with the NAICS code 561621, and seeks to enhance fire safety measures. Contractors must provide labor, tools, materials, transportation, and equipment for the project, which is detailed in the attached Performance Work Statement (PWS). Key operational details include adherence to specified guidelines and provision of warranty beyond standard requirements if applicable. Prospective bidders must submit offers by September 12, 2024, following a site visit, and ensure compliance with the registration requirements at SAM.gov. The document outlines essential clauses from the FAR regarding commercial items and evaluation procedures, further emphasizing the small business set-aside nature of the contract. Questions are due by September 4, 2024. The solicitation also includes guidelines for vendor participation, site access procedures, and necessary attachments for regulations and pricing structure. This initiative aligns with government objectives to enhance infrastructure while supporting small business participation.
    The Performance Work Statement (PWS) for the fire alarm replacement project at Building 335, Little Rock Air Force Base, outlines the contractor's responsibilities to install a new Monaco fire alarm system in compliance with all relevant federal, state, and local regulations. The project must be completed within 180 days and requires the contractor to provide all necessary personnel, equipment, and materials. Key requirements include safety measures for site access, waste disposal, and adherence to specific design and installation standards outlined in various regulatory codes. The contractor must coordinate the installation of smoke detectors, a fire alarm control unit (FACU), and associated wiring while ensuring existing systems remain operational during the upgrade. The document emphasizes the importance of thorough inspections and testing before government acceptance, necessitating compliance with NFPA standards and UFGS specifications. Additionally, the contractor is responsible for the cleanup of the worksite and ensuring that all labor and materials are guaranteed for one year post-acceptance. The document serves to ensure that the installation meets quality and safety standards while safeguarding government personnel and property throughout the project duration.
    The document primarily addresses the solicitation for a federal contract under the Solicitation Number FA446024Q0268, incorporating various legal and regulatory clauses essential for compliance. These clauses pertain to contractor responsibilities regarding whistleblower rights, compensation to former Department of Defense (DoD) officials, cybersecurity protocols, and guidelines surrounding specific geopolitical concerns, such as operations with the Maduro regime and procurements from the Xinjiang Uyghur Autonomous Region. Additionally, the document lays out requirements for item unique identification, detailing contractor obligations for marking and tracking items delivered under the contract. The use of electronic payment request systems (WAWF) is mandated for straightforward processing of transactions. The provisions also capture compliance with regulations related to child labor, tax liabilities, and affiliation with small business categories. Overall, this RFP balances stringent compliance requirements with clear procedural guidelines to ensure that contractors understand their obligations, safeguarding the interests of the government while facilitating efficient execution of services and products.
    The Performance Work Statement (PWS) outlines the replacement of the fire alarm system at Building 335, Little Rock Air Force Base. The work includes designing and installing a new FCI/Monaco fire alarm and mass notification system, with strict adherence to safety regulations and NFPA standards. The contractor is responsible for providing detailed drawings, equipment, materials, and labour, ensuring regulatory compliance. The system must be installed within 60 days, located in conditioned spaces, with access coordinated with the base. Pre-installation and on-site safety procedures are detailed, emphasizing the removal of existing systems only once the new ones are operational. Testing protocols are described, including a pre-government phase and a final government inspection, using specified standards. A one-year warranty is included, and the contractor is bound by safety and security protocols on the base. Appendices provide additional guidelines and environmental policies.
    The Performance Work Statement outlines the replacement of the fire alarm system at Little Rock Air Force Base Building 335. The work entails designing and installing an addressable fire alarm and mass notification system, requiring the provision of materials, equipment, and labour. The system must adhere to strict regulations and standards for safety and functionality. Key features include alarm and supervisory functions, independent operation from other building systems, and compliance with NFPA guidelines. The contractor is responsible for site inspection, system installation, testing, and maintenance, with strict timelines and safety protocols. Government approval is needed for critical submittals, while others are for quality control purposes only. This project ensures the base's fire alarm system is up-to-date and compliant with modern safety standards.
    The Performance Work Statement (PWS) for the Fire Alarm Replacement project at Building 335, Little Rock AFB, outlines the services required for installing a Monaco basic fire alarm system. The contractor must ensure compliance with federal, state, and local regulations, completing all work within 180 days after award. Key responsibilities include providing all necessary personnel, materials, and equipment, and following strict safety and regulatory standards, including waste disposal and site inspections. The PWS specifies detailed work requirements, including furnishing system drawings, materials sourced solely from Monaco, and ensuring the system operates independently from other building management systems. The installation must incorporate various initiating devices, notification appliances, and control units, focusing on performance and reliability. Pre-testing and validation procedures are emphasized, requiring verification of compliant installation before government testing can proceed. The contractor must maintain the existing system operational until the new installation is accepted, with strict protocols for system disconnection and removal. Overall, the document serves as a comprehensive guide for contractors responding to the RFP by outlining technical specifications, safety measures, and project management requirements to ensure an effective fire safety solution at the installation.
    The document pertains to a government Request for Proposal (RFP) regarding a fire alarm system installation. It includes a series of questions and answers addressing project specifications and requirements. Key points include the confirmation of the need for a new fire alarm system, specifically smoke and carbon monoxide detectors, while reusing certain existing components such as the Monaco Transceiver, provided it remains operational. Other pivotal details include the allowance of plenum wire, the unavailability of after-hours access at no additional cost, and specific instructions regarding wall and ceiling repairs following the removal of old equipment. The existing building complies with a sprinkler system, and no mass notification or graphic annunciators are required. Acoustical and hard ceiling repairs must be performed as specified, and there are no anticipated asbestos issues. The document underscores adherence to updated specifications and environmental safety protocols while clarifying financial arrangements for part costs. Overall, it reflects meticulous planning and compliance as part of municipal upgrading projects under federal guidelines.
    The Combined Synopsis Solicitation FA4460-24-Q-0268 seeks contractors to remove, furnish, and install fire alarm systems at Building 335 located at Little Rock AFB, Arkansas. This is a 100% small business set-aside project, encouraging participation from small enterprises. Contractors are responsible for all labor, materials, and equipment necessary for the task, adhering to the Performance Work Statement (PWS). The solicitation includes various provisions from the Federal Acquisition Regulation (FAR) and requires vendors to register at SAM.gov. Key dates include questions due by September 4, 2024, and offers due by September 6, 2024. A site visit is encouraged before the bid submission, with a deadline for participation set for August 27, 2024. Several attachments provide detailed information, including pricing schedules and contract terms. This solicitation reflects the federal government's ongoing investment in safety infrastructure by improving fire alarm systems, and it outlines the necessary procedures and conditions for compliance in potential contract awards.
    The document outlines the Wage Determination under the Service Contract Act by the U.S. Department of Labor, particularly for Arkansas counties including Faulkner, Lonoke, Perry, Pulaski, and Saline. It emphasizes compliance with minimum wage rates as set by Executive Orders 14026 and 13658, detailing specific wage rates for various occupations. For contracts initiated after January 30, 2022, the minimum wage is $17.20 per hour, whereas contracts awarded between January 1, 2015, and January 29, 2022, require a minimum wage of $12.90 per hour unless higher rates are specified. The document includes various occupational titles and their corresponding rates, fringe benefits, and additional conditions, such as sick leave requirements under Executive Order 13706. Fringe benefits average $5.36 per hour, with vacation and holiday stipulations also outlined. Additionally, it details a conformance process for unlisted job classifications requiring a formal request for wage rate and classification approval. This wage determination serves as a crucial resource for federal contractors, ensuring fair compensation for labor in government contracts while adhering to federal regulations.
    Lifecycle
    Title
    Type
    Solicitation
    Combined Synopsis/Solicitation
    Similar Opportunities
    ILWW - Fire System Upgrade
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting proposals for the modernization of fire alarm and monitoring systems at the Illinois Waterway Project Office in Peoria, Illinois. The project aims to replace existing components with a new addressable fire alarm system that complies with local fire department regulations and safety standards, ensuring a turn-key solution for the facility. This upgrade is critical for enhancing fire safety measures and maintaining compliance with federal regulations. Interested contractors, particularly small businesses, must submit their proposals along with required certifications by the specified deadlines, and are encouraged to attend a prebid meeting scheduled for September 12, 2024, to gain further insights into the project. For additional information, contractors may contact Kate Behrens or Nicholas Moore via their respective emails.
    Remove and Replace Boiler Bldg. 1231
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals from small businesses for the removal and replacement of an HVAC boiler at Building 1231, Little Rock Air Force Base, Arkansas. The contractor will be responsible for providing all necessary personnel, tools, materials, and services to install a 2-MBTU/H boiler, ensuring compliance with federal, state, and local regulations, and completing the work within 45 days of material arrival. This project is crucial for maintaining operational efficiency and safety at the military installation. Interested contractors must submit their quotes by 4:00 PM (CDT) on September 25, 2024, and are encouraged to attend a site visit scheduled for 10:00 AM (CDT) on September 16, 2024, with prior RSVP required. For further inquiries, contractors can contact Owen Sinning or Dimas Bernacchia at the provided email addresses or phone number.
    Fire Alarm System Upgrade
    Active
    Treasury, Department Of The
    The Department of the Treasury, through the Bureau of the Fiscal Service, is seeking qualified vendors to provide an upgrade to the fire alarm system at the Armed Forces Retirement Home (AFRH) in Gulfport, Mississippi. The procurement aims to enhance the existing fire alarm control system, allowing for control from two locations, establishing a backup control point, and ensuring compliance with NFPA national fire code standards. This upgrade is critical for maintaining safety measures within the facility, which serves retired military personnel. Interested vendors must submit their written responses by 10:00 a.m. ET on September 26, 2024, including company details and evidence of capability to meet the requirements, to purchasing@fiscal.treasury.gov.
    183 CES Repair Base Fire Alarm System
    Active
    Dept Of Defense
    Presolicitation DEPT OF DEFENSE DEPT OF THE ARMY is seeking a Total Small Business Set-Aside contractor to provide repair services for the fire alarm system at the 183d Wing in Springfield, IL. The existing system is in disrepair and does not meet state and federal code. The contract duration is 180 days and the project is set aside 100% for Small Business. Interested contractors must register in SAM and the solicitation will be available on the Contract Opportunities website.
    Security Alarms & Installation
    Active
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for the installation of a Door Alarm Monitoring System (DAMS) at Fort Eustis, Virginia, specifically for the 128th Aviation Brigade. The contractor will be responsible for planning, procuring, and installing the security alarm systems in designated barracks, ensuring compliance with all applicable construction codes and federal regulations. This initiative is crucial for enhancing the security infrastructure of military facilities, thereby safeguarding personnel and property during training activities. Interested small businesses must submit their quotes by September 18, 2024, at 11:00 AM EST, and can direct inquiries to Senior Airman Naomi Rants at naomi.rants@us.af.mil, with a total contract value of up to $25 million.
    Fire Suppression System
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified small businesses to provide fire suppression services at Malmstrom Air Force Base (MAFB) in Montana. The procurement involves the annual inspection and maintenance of 266 portable fire extinguishers and bi-annual inspection, testing, maintenance, and recertification of 30 wet/dry chemical fire extinguishing systems, with a contract duration spanning one base year plus four optional years from October 1, 2024, to September 30, 2029. This initiative is crucial for ensuring the safety and compliance of fire protection measures at military installations. Interested contractors must submit their quotes by 2:00 PM MT on September 25, 2024, and direct any inquiries to the designated contacts, Lt. Randolph Foote and Viviana Castillo Ramirez, via the provided email addresses or phone numbers.
    Fire Alarm BPA Fort Drum NY
    Active
    Dept Of Defense
    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.
    Replacement of fire alarm initiating devices and wires
    Active
    Dept Of Defense
    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.
    IT Room Fire and Mechanical Systems
    Active
    Dept Of Defense
    The Department of Defense seeks contractors for fire protection renovations at the Schriever Space Force Station in Colorado Springs. The project involves converting the existing fire suppression system and renewing aged piping systems to meet National Fire Protection Association (NFPA) standards. This invitation for bid (IFB) requires registered interest and will be released on the Acquisition Resource Center (ARC) platform. The anticipated timeline includes a bidders' walk-through on August 8, 2024, with a bid due date of September 17, 2024, and a contract award announcement on September 20, 2024. The scope of work includes the conversion of the fire protection system from pre-action to wet systems, focusing on battery rooms. The project aims to address safety concerns related to the existing system. Contractors should be prepared to meet the NFPA requirements and demonstrate experience in fire protection renovations. Eligible contractors should register on the ARC platform and submit their bids accordingly. The government will not entertain tax-related claims, and contractors should be aware that tax exemption may not be honored by all entities. The primary point of contact for questions is Nicole Brown at brownnic@nro.mil. Further details will be provided on the ARC platform. The evaluation of bids will be based on the criteria outlined in the IFB.
    7 LRS Bldg 7004 Vindicator
    Active
    Dept Of Defense
    The Department of Defense, specifically the 7th Logistics Readiness Squadron at Dyess Air Force Base, Texas, is seeking a contractor to install a Honeywell Vindicator Intrusion Detection System in Building 7004, Room 136. The procurement includes the installation of the system, necessary cabling and conduit, training for personnel, and subsequent testing to ensure operational effectiveness. This system is crucial for maintaining security standards at the base, as it is the approved alarm system for the Air Force, necessitating certified installation and training. Interested vendors must submit their quotes via email by September 20, 2024, with the contract evaluation focusing on brand-name compliance and overall value, while ensuring adherence to small business participation requirements. For further inquiries, contact Madison Duarte at madison.duarte.1@us.af.mil or call 325-696-2215.