Procure alarm (fire and security) monitoring servi
ID: 1305M224Q0342Type: Combined Synopsis/Solicitation
Overview

Buyer

COMMERCE, DEPARTMENT OFNATIONAL OCEANIC AND ATMOSPHERIC ADMINISTRATIONDEPT OF COMMERCE NOAANORFOLK, VA, 23510, USA

NAICS

Security Systems Services (except Locksmiths) (561621)

PSC

HOUSEKEEPING- FIRE PROTECTION (S202)

Set Aside

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

    The Department of Commerce, specifically the National Oceanic and Atmospheric Administration (NOAA), is seeking qualified contractors to provide alarm (fire and security) monitoring services for the Hawaiian Islands Humpback Whale National Marine Sanctuary (HIHWNMS) located in Kihei, Hawaii. The procurement includes a base year contract starting on September 30, 2024, with four optional renewal periods, and requires the contractor to maintain and monitor security and fire alarm systems across three buildings, ensuring compatibility with Department of Homeland Security standards. This opportunity is critical for maintaining safety and security at the sanctuary, which plays a vital role in marine conservation. Interested small businesses must submit electronic quotes by September 11, 2024, and are encouraged to attend a pre-bid site visit; for further inquiries, they can contact Randall Chatfield at RANDALL.CHATFIELD@NOAA.GOV.

    Point(s) of Contact
    CHATFIELD, RANDALL
    RANDALL.CHATFIELD@NOAA.GOV
    Files
    Title
    Posted
    The Statement of Work outlines the requirements for maintaining and improving the security and fire alarm systems at the Hawaiian Islands Humpback Whale National Marine Sanctuary in Kihei, Hawaii. The contractor is required to oversee comprehensive monitoring and maintenance of the systems across three buildings: the Visitor Center, Wet Lab, and Conference Room. Key tasks include ensuring current systems are compatible, developing a maintenance plan, monitoring operational efficiency, and implementing upgrades or recommendations to enhance security and fire readiness. Specific tasks involve standardization of security and fire detection systems, maintaining smoke and heat detectors, and ensuring timely maintenance and response protocols, including annual inspections and a warranty for new installations. IT security considerations prevent the contractor from using government-owned equipment or implementing remote access solutions. The document emphasizes the need for documentation regarding security capabilities and protocol adherence. The NOAA Facilities Coordinator is the primary contact for this project, emphasizing structured communication throughout the process.
    The document presents the Wage Determination No. 2015-5739 by the U.S. Department of Labor under the Service Contract Act. It outlines minimum wage requirements for contracts in Hawaii, specifically for covered employees performing federal work. Contracts initiated or extended after January 30, 2022, must pay at least $17.20 per hour, while contracts awarded between January 1, 2015, and January 29, 2022, have a minimum of $12.90 per hour. The determination categorizes various occupations along with corresponding wage rates and fringe benefits, including health and welfare provisions that comply with Hawaii’s health care law. Moreover, it emphasizes obligations concerning paid sick leave and provides guidelines for additional classifications and wage rates not listed. The document underscores the importance of compliance with the established wage rates and fringe benefits for contractors, contributing to fair compensation practices under federal contracts. This wage determination is crucial for ensuring job quality and protecting employee rights in line with federal regulations.
    The National Oceanic and Atmospheric Administration (NOAA) has issued a Request for Quotation (RFQ) to provide security and fire alarm monitoring services for the Hawaiian Islands Humpback Whale National Marine Sanctuary (HIHWNMS) located in Kihei, HI. The RFQ number is 1305M224Q0342, and it includes provisions for a base year contract starting on September 30, 2024, with four optional renewal periods extending to September 29, 2029. The selected contractor will be responsible for maintaining and monitoring compatible security and fire alarm systems across three buildings, establishing a maintenance plan, and ensuring system compatibility with the Department of Homeland Security. The solicitation is designated 100% for small businesses, under the NAICS category 561621. Interested parties must submit electronic quotes by September 11, 2024, and a pre-bid site visit is strongly recommended. The award will follow a Lowest Price Technically Acceptable method, mandating that quotes adhere to specified requirements for evaluation.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    52000QR240007760 USCGC OLIVER BERRY FM200 FIRE SURPRESSION SYSTEM INSPECTION
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors to perform inspection and certification of the FM200 and Galley Fixed Fire Suppression Systems aboard the Coast Guard Cutter OLIVER BERRY (WPC 1124) in Honolulu, Hawaii. The contractor will be required to travel to the cutter's homeport and conduct inspections in accordance with maintenance publications N31015.D and N30050.D, with the inspection period scheduled from October 1 to October 20, 2024. This procurement is critical for ensuring the operational readiness and safety compliance of maritime fire suppression systems. Interested vendors must submit their Firm Fixed Price quotations by September 23, 2024, at 09:00 A.M. Eastern Standard Time, to Timothy Ford at timothy.s.ford@uscg.mil, with a copy to Stacy Spalding at stacy.j.spalding@uscg.mil.
    24-291 Remove and Dispose of Hazardous Waste Mater
    Active
    Commerce, Department Of
    The Department of Commerce, specifically the National Oceanic and Atmospheric Administration (NOAA), is seeking qualified small businesses to provide hazardous waste removal and disposal services at the National Seafood Inspection Lab in Pascagoula, Mississippi. The procurement includes a base year contract from October 1, 2024, to September 30, 2025, with an option for an additional year, requiring the contractor to manage all labor, equipment, and materials necessary for compliance with federal and state regulations regarding hazardous waste. This initiative underscores the government's commitment to responsible hazardous material management while promoting small business participation, with quotes due by 12:00 PM EST on September 20, 2024, submitted electronically to Heather Mahle at heather.mahle@noaa.gov.
    IDS and AFNET Fiber for the Hawaii Air National Guard
    Active
    Dept Of Defense
    The Department of Defense, specifically the Army National Guard, is soliciting quotes for the installation of Intrusion Detection Systems (IDS) and fiber optic lines for the Hawaii Air National Guard, with a focus on the 150th Electromagnetic Warfare Squadron in Kauai and the 109th EWS at Joint Base Pearl Harbor-Hickam in Honolulu. The procurement aims to enhance security measures and communication infrastructure at military facilities, ensuring compliance with federal security standards and operational readiness. Interested vendors must submit their proposals, including price quotes and technical approaches, by 10:00 a.m. Hawaii Standard Time on September 27, 2024, with inquiries directed to Jonathan Weber at jonathan.weber.14@us.af.mil. This opportunity is set aside for small businesses, reflecting the government's commitment to supporting small business participation in federal contracting.
    NOAA: R.M. Young Wind Monitor Supplies
    Active
    Commerce, Department Of
    The National Oceanic and Atmospheric Administration (NOAA) is seeking qualified small businesses to provide various R.M. Young Wind Monitor supplies essential for environmental monitoring stations operated by its Center for Operational Oceanographic Products and Services (CO-OPS). The procurement aims to replenish and replace existing supplies, emphasizing the need for specific brand-name components to ensure compatibility with current systems, thereby avoiding significant costs and delays associated with alternative products. Interested offerors must submit their electronic quotes, confirming active registration in the System for Award Management (SAM), and adhere to the outlined submission requirements by the specified deadline. For further inquiries, potential bidders can contact Nikki Radford at nikki.radford@noaa.gov or Steven Prado at steven.m.prado@noaa.gov.
    Fire, alarm, sprinkler sys insp, Mt Rainier NP
    Active
    Interior, Department Of The
    The National Park Service is seeking qualified contractors to provide inspection, testing, and maintenance services for fire alarm and sprinkler systems at Mount Rainier National Park. The procurement aims to ensure compliance with National Fire Protection Association (NFPA) standards by identifying and reporting deficiencies in these critical safety systems. This opportunity is particularly significant for enhancing emergency preparedness within federal facilities while promoting small business participation, as it is a total small business set-aside with a size standard of $11.5 million. Interested vendors must submit their quotations by 2 p.m. Pacific Time on August 19, 2024, and direct any questions to Hal Hoversten at halhoversten@nps.gov by September 16, 2024.
    Atlantic Oceanographic and Meteorological Laboratory (AOML), Electrical Upgrade Project
    Active
    Commerce, Department Of
    The Department of Commerce, specifically the National Oceanic and Atmospheric Administration (NOAA), is seeking proposals for the Electrical Upgrade Project at the Atlantic Oceanographic and Meteorological Laboratory (AOML) located in Key Biscayne, Florida. The project aims to replace aging electrical components, including transformers and panelboards, to enhance safety and operational efficiency, while ensuring compliance with applicable codes and environmental regulations. This total small business set-aside contract, with a budget ranging from $1 million to $5 million, requires contractors to provide all necessary labor, materials, and equipment, and to complete the work within 365 days. Interested parties must submit their proposals by September 25, 2024, and can direct inquiries to Heidi Washburn at heidi.washburn@noaa.gov or Jerrod Schleis at jerrod.schleis@noaa.gov.
    Request for Information: CHARTERED VESSEL TO CONDUCT LONGLINE SURVEY IN THE EASTERN BERING SEA, THE ALEUTIAN ISLANDS REGION, AND THE GULF OF ALASKA
    Active
    Commerce, Department Of
    The National Oceanic and Atmospheric Administration (NOAA) is conducting a Request for Information (RFI) for the charter of a vessel to perform longline surveys targeting sablefish and other groundfish in the Eastern Bering Sea, Aleutian Islands Region, and Gulf of Alaska. The primary objectives of this procurement include assessing fish abundance, tagging species for migration studies, and collecting biological data to support effective fisheries management. This initiative is crucial for enhancing the understanding of groundfish resources, which are vital for sustainable fisheries practices. Interested vendors are encouraged to submit their capabilities statements by September 23, 2024, to Contracting Officer Crystina Jubie at Crystina.R.Jubie@noaa.gov, and may also participate in a virtual industry day scheduled for the week of September 30, 2024.
    Commercialization and interagency coordination support services
    Active
    Commerce, Department Of
    The Department of Commerce, specifically the National Oceanic and Atmospheric Administration (NOAA), is seeking support services for commercialization and interagency coordination under Requisition 145049-24-0023. The primary objective of this procurement is to provide comprehensive assessments and support related to NOAA's intellectual property portfolio, which encompasses approximately 60 active technologies, including technology viability assessments and commercialization roadmaps. This initiative is crucial for enhancing the application of NOAA technologies in collaboration with Department of Defense programs, guided by the DoD T2 national MILTECH Partnership Intermediary Agreement. The contract is set to close on September 19, 2024, with the intended award going to Montana State University's Office of Sponsored Programs, and interested parties may express their capabilities, although competition is not anticipated. For further inquiries, contact Darrin Moore at darrin.moore@noaa.gov.
    C--HI MIDWAY ATOLL NWR OWNER'S REP
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service is seeking proposals for architectural engineering services as an Owner's Representative for the Midway Atoll National Wildlife Refuge in Hawaii. The project aims to enhance or construct protective features for the inner harbor and repair the seawall, emphasizing the federal government's commitment to environmental protection and infrastructure maintenance within wildlife refuges. Interested contractors must be registered in the System for Award Management (SAM) and will be evaluated based on their technical approach, past performance, and capabilities. The detailed solicitation package will be available on SAM.gov on September 18, 2024, and inquiries should be directed to JoAnn Mallory at joannmallory@fws.gov or by phone at 404-679-7274.
    Z--KP LIGHTHOUSE REPAIRS
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service is soliciting proposals for the repair and restoration of the Daniel K. Inouye Kīlauea Point Lighthouse's lantern, located at the Kīlauea Point National Wildlife Refuge in Hawaii. The project requires specialized construction services to address existing leaks and corrosion, including the removal and reinstallation of the historic 2nd Order Fresnel lens, weatherproofing the lantern, and repairing ventilation mechanisms. This initiative is crucial for preserving a site listed on the National Register of Historic Places, highlighting the importance of maintaining historical landmarks while adhering to safety and environmental standards. Interested contractors must submit their proposals by the specified deadline, with an estimated project cost ranging between $1 million and $5 million. For further inquiries, contact Joann Mallory at joannmallory@fws.gov or by phone at 404-679-7274.