ContractSolicitationTotal Small Business Set-Aside (FAR 19.5)

Z--Fire Panel Replacement, Rhode Island Wildlife Refu

INTERIOR, DEPARTMENT OF THE 140FS325Q0119
Response Deadline
Aug 19, 2025
Deadline passed
Days Remaining
0
Closed
Set-Aside
Total Small Business Set-Aside (FAR 19.5)
Notice Type
Solicitation

Contract Opportunity Analysis

The U.S. Fish and Wildlife Service (FWS) is seeking quotes for the replacement of a fire alarm control panel at the Rhode Island Wildlife Refuge Complex, with a contract performance period from August 25, 2025, to November 1, 2025. The project involves replacing the existing Gamewell model IF610-126 panel and associated devices, ensuring proper integration with existing building systems such as HVAC and fire sprinklers, and providing a new radio communicator. This procurement is critical for maintaining safety standards within the refuge, and the solicitation is set aside for small businesses, with proposals due by August 19, 2025, at 2:00 PM EDT. Interested vendors should contact Contract Specialist Fred Riley at fred_riley@fws.gov for further details and must ensure compliance with all submission requirements outlined in the solicitation documents.

Classification Codes

NAICS Code
238210
Electrical Contractors and Other Wiring Installation Contractors
PSC Code
Z2AZ
REPAIR OR ALTERATION OF OTHER ADMINISTRATIVE FACILITIES AND SERVICE BUILDINGS

Solicitation Documents

8 Files
Sol_140FS325Q0119.pdf
PDF676 KBAug 14, 2025
AI Summary
This government solicitation (RFP 140FS325Q0119) from the U.S. Fish and Wildlife Service (FWS) seeks proposals for replacing an existing fire alarm control panel at the Rhode Island Wildlife Refuge Complex. The solicitation, issued by FWS SAT Team 3, outlines a period of performance from August 25, 2025, to November 1, 2025, with proposals due by August 19, 2025. Key evaluation factors include best value, price, and past performance, with technical and past performance being more important than price. The document details various Federal Acquisition Regulation (FAR) and Department of the Interior Acquisition Regulation (DIAR) clauses incorporated by reference, covering aspects such as electronic invoicing via the Invoice Processing Platform (IPP), reporting of biobased products, options to extend services, and compliance with numerous socio-economic and labor standards, including those related to small businesses, equal opportunity, and combating human trafficking. It also emphasizes green acquisition initiatives, encouraging the use of environmentally preferable products and services.
Attachment_2-_Quote_Schedule.docx
Word19 KBAug 14, 2025
AI Summary
This document outlines a quote schedule for the Fire Panel Replacement project at the Rhode Island National Wildlife Refuge Complex. The project, with a performance period from contract award through November 1, 2025, involves two main jobs: replacing the existing fire alarm panel with a Gamewell/FCI retrofit and all initiating addressable devices, and providing and installing a new radio communicator. The unit price for each job is inclusive of all supplies and materials required to complete the work in accordance with the Performance Work Statement (PWS). This RFP focuses on upgrading critical fire safety infrastructure within a federal wildlife refuge.
Attachment_3-_Fire_Inspection_Certificate.pdf
PDF629 KBAug 14, 2025
AI Summary
The Kettle Pond Visitors Center underwent a Fire Alarm and Life Safety System inspection by ADT Commercial LLC on November 22, 2022, adhering to NFPA 72 Standards. The inspection, detailed in the certificate, provides performance measurements, acceptable result ranges, and documentation of all tests. Discrepancies between standards and actual results include proposed solutions for immediate review. The report also includes an executive summary, building information, and inspector details. The system control unit is a Gamewell IF610-126 (Address) model, installed on July 11, 2017. The inspection summary indicates that out of 40 items, 28 passed and 12 were untested. The untested items include 4 heat detectors, 1 pull station, and 7 smoke detectors. The certification is provided by ADT Commercial LLC, with Kevin Neagle as the inspector and Karrie Schwaab as the contact. Notes include a quarterly fire alarm system test and inspection completion. The report also details auxiliary functions testing, smoke management testing, and battery & power supply testing, with an inventory and warranty report for all devices.
Attachment_4-_SCA_Wage_Determintion.pdf
PDF153 KBAug 14, 2025
AI Summary
This document, Wage Determination No. 2015-4105 Revision No. 29, issued by the U.S. Department of Labor, sets out the minimum wage rates and fringe benefits for service contract workers in New Shoreham town, Washington County, Rhode Island. It details hourly rates for numerous occupations across various fields, including administrative support, automotive service, healthcare, and IT. The document specifies minimum wage requirements under Executive Orders 14026 and 13658, with rates of $17.75 and $13.30 per hour, respectively, depending on the contract award date. It also outlines fringe benefits such as health and welfare, paid vacation (2-4 weeks), and twelve paid holidays annually. Additionally, it addresses special compensation for computer employees, night and Sunday pay for air traffic controllers and weather observers, hazardous duty differentials, and uniform allowances. The document concludes with the conformance process for unlisted job classifications, ensuring fair compensation for all covered employees.
Sol_140FS325Q0119_Amd_0001.pdf
PDF154 KBAug 14, 2025
AI Summary
Amendment 0001 to Solicitation 140FS325Q0119 addresses industry concerns regarding the replacement of an existing fire alarm control panel at the RI FWS RI NWR. The closing date for offers remains August 19, 2025, at 2 PM. The amendment clarifies that the awardee is responsible for ensuring proper connection and testing of all building functions, including HVAC, elevator, and fire sprinkler systems, with the new fire alarm system, as the government will not provide personnel for these tasks. It also allows for alternate fire alarm system manufacturers if compatible with existing devices and specifies that a fire watch is not required. Regarding the new radio communicator, vendors should provide recommendations for monitoring services and typical monthly costs, as the solicitation does not cover recurring monthly services. Work outside normal duty hours may be TBD with the awardee, requiring federal background clearance for building access.
Attachment_6-_Images_0001.pdf
PDF11235 KBAug 14, 2025
AI Summary
No AI summary available for this file.
Attachment_1-_Performance_Work_Statement.pdf
PDF940 KBAug 14, 2025
AI Summary
The U.S. Fish and Wildlife Service (Service) requires the replacement of a damaged fire alarm control panel and associated devices at the Ninigret National Wildlife Refuge headquarters building in Charlestown, RI. This project, necessitated by a lightning strike, aims to protect the building, employees, and visitors. The contractor must be licensed in Rhode Island, experienced in commercial fire alarm systems, insured, and registered in sam.gov. The scope includes replacing the existing Gamewell model IF610-126 with a new Gamewell/FCI retrofit panel, installing new initiating addressable devices, and a new radio communicator. All connected systems, including the elevator, sprinkler, fire pump, and fire doors, must be tested for proper function. The work must comply with NFPA-71, NFPA-72, local codes, and the National Electrical Code. The project must be completed within 90 days of award, with all labor, materials, and equipment provided by the contractor. Quality control is essential, and all work is subject to final acceptance by the Fire Department and the Government. The Government will provide guidance and access to information, while the contractor is responsible for all necessary resources. Key contacts include Brian Waz (Technical Point of Contact) and Karrie Schwaab (Contracting Officer's Representative/Refuge Manager).
Attachment_5-_Past_Performance_Data_Document.docx
Word46 KBAug 14, 2025
AI Summary
The "Past Experience Questionnaire – 140F0922Q0105" is a mandatory document for vendors responding to a solicitation, requiring comprehensive details to ensure compliance. It gathers essential company information, including legal structure, SAM UEI, and contact details. The questionnaire assesses the vendor's experience in services and contracting, differentiating between prime and sub-contractor roles, and specifically asking about federal government contract experience. It also inquires about any past failures to complete awarded work and the reasons for such instances. A significant portion of the document focuses on key personnel, their availability, employment status, anticipated involvement in the project, and a requirement to detail their present position, title, and years of experience. Furthermore, it mandates the provision of three relevant past performance references from within the last three years, similar in size and complexity to the solicited work, with a preference for government contracts. For each reference, details such as contract agency, value, contact information, dates, and a detailed scope of the project are required. The document concludes with a certification section where the certifying official attests to the completeness and accuracy of the provided information, authorizing verification by the Government.

Related Contract Opportunities

Project Timeline

postedOriginal Solicitation PostedAug 5, 2025
amendedLatest AmendmentAug 14, 2025
deadlineResponse DeadlineAug 19, 2025
expiryArchive DateSep 3, 2025

Agency Information

Department
INTERIOR, DEPARTMENT OF THE
Sub-Tier
US FISH AND WILDLIFE SERVICE
Office
FWS SAT TEAM 3

Point of Contact

Name
Riley, Fred

Official Sources