NSWCPD | B542 Design Build Fire Alarm Repairs (Mass Notification Systems)
ID: N64498-25-R-4034Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNSWC PHILADELPHIA DIVPHILADELPHIA, PA, 19112-1403, USA

NAICS

Electrical Contractors and Other Wiring Installation Contractors (238210)

PSC

CONSTRUCTION OF GOVERNMENT-OWNED GOVERNMENT-OPERATED (GOGO) R&D FACILITIES (Y1HB)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Mar 18, 2025, 12:00 AM UTC
  2. 2
    Updated Mar 18, 2025, 12:00 AM UTC
  3. 3
    Due Apr 17, 2025, 8:00 PM UTC
Description

The Department of Defense, through the Naval Surface Warfare Center Philadelphia Division (NSWCPD), is soliciting proposals for the design and installation of a Fire Alarm and Mass Notification System (FA&MNS) at Building 542, Philadelphia Naval Business Center. The project entails replacing the existing fire alarm system and integrating a new mass notification system, adhering to specific safety and compliance standards. This procurement is crucial for enhancing safety measures within government facilities, ensuring operational readiness and compliance with federal regulations. Interested small businesses must submit their proposals, including technical and price evaluations, by the specified deadline, with the project budget estimated between $500,000 and $1,000,000 and a completion timeline of 199 days post-award. For further inquiries, contact Rishi Mathur at rishi.m.mathur.civ@us.navy.mil or David Rhoads at david.a.rhoads8.civ@us.navy.mil.

Files
Title
Posted
Mar 18, 2025, 1:05 PM UTC
The solicitation details a request for proposals (RFP) specifically for a small business to design and implement a new Fire Alarm and Mass Notification System (FA&MNS) at the Naval Surface Warfare Center, Philadelphia. The project budget is estimated between $500,000 and $1,000,000, requiring performance within 199 calendar days post-award. Key proposal requirements include comprehensive technical and price evaluations, adherence to specific formatting guidelines, and submission via the DoD SAFE system. Key factors for evaluation encompass bonding capacity, past performance on similar projects, corporate experience with fire alarm systems, and qualifications of key personnel. Proposals must align with strict formatting, page limits, and contain no price references in non-price sections. An important site visit is scheduled before the proposal deadline, and all inquiries must be directed to designated points of contact. The document emphasizes the performance period, bonding requirements, and the necessity for all offers to remain valid for a minimum of 90 days. The project aligns with federal procurement standards, ensuring adherence to safety regulations and effective project delivery from qualified contractors while maintaining competitive pricing.
Mar 18, 2025, 1:05 PM UTC
The document outlines a site map for the repair project of the Fire Alarm & Mass Notification System (FA&MNS) at Building 542, associated with the Naval Surface Warfare Center (NSWC) in Philadelphia. It identifies various streets and avenues surrounding the facility, such as League Island Boulevard, South Broad Street, and Kitty Hawk Avenue, providing a detailed spatial reference critical for project planning and execution. The map includes essential locations like the Main Gate and the Badge Office in Building 29. The site layout is indicative of an organized approach to infrastructure upgrades necessary for improving safety systems at the facility. Emphasis on specific roads and structures underscores the logistical aspects of the project, aimed at ensuring compliance and efficiency during the FA&MNS repairs, which aligns with federal project requirements and objectives.
The Contractor Lift Plan Entry Package outlines the required protocols for managing suspended load lifts at the BLDG 542 Fire Alarm and Mass Notification System Repair project. This document serves as a comprehensive checklist ensuring safety and compliance with NAVFAC P-307 standards, ASME regulations, and OSHA requirements in crane operations. It details the necessary certifications for equipment, operators, and riggers, emphasizing the significance of thorough planning for both routine and critical lifts. Key components include verifying lift capacities, environmental conditions, and the qualifications of all personnel involved. The package also mandates documentation of lift points, weight metrics, and communication protocols during operation. Additionally, it addresses circumstances terminating lift operations, underlining safety measures in adverse conditions. The structure of the document presents systematic evaluations for confirming compliance before lifting operations begin, reinforcing the intent to maintain high safety standards in government contracting and construction projects. This initiative illustrates the government’s commitment to rigorous operational practices to safeguard against accidents and liability while enhancing contractor accountability.
Mar 18, 2025, 1:05 PM UTC
The document presents the specifications and requirements for the repair of the Building 542 Fire Alarm & Mass Notification System (FA&MNS). It outlines minimum performance standards for materials, engineering, and construction, emphasizing compliance with applicable laws and construction codes. Contractors are encouraged to exceed these requirements, enhancing overall quality. Key topics include the use of recycled materials, compliance with construction codes and standards, as well as performance verification and testing protocols. It details structural requirements, including foundation design, superstructure specifications, and exterior enclosure guidelines, highlighting the importance of material quality, insulation, and air infiltration control. Additionally, the document provides comprehensive instructions on interior finishes, including partitions, doors, and flooring, ensuring adherence to safety and accessibility standards. The emphasis on low VOC materials and energy-efficient designs aligns with federal sustainability goals. Overall, this document serves as a critical guideline for contractors to ensure safe, compliant, and high-quality repairs to the fire alarm and mass notification systems as per federal mandates.
Mar 18, 2025, 1:05 PM UTC
The document outlines the standard finishes required for the repair of the Fire Alarm and Mass Notification System in Building 542 at the Naval Surface Warfare Center Philadelphia Division. It provides a comprehensive list categorized by elements such as floors, ceilings, walls, and paints, detailing specifications like manufacturer, style, color, size/type, and applicable remarks. Key finishes include various types of carpeting, tiles, rubber products for stair treads, and wall coverings, indicating their specific use cases. For paints, it specifies color codes from Sherwin-Williams for different wall and ceiling applications. The standardization of these materials indicates the government’s goal to maintain consistency in quality and aesthetic across facilities. This document serves to guide contractors and suppliers in procuring materials that align with federal standards during ongoing and future repair projects, reflecting the government's commitment to ensuring safety and functionality in public infrastructure facilities.
The document titled "Insulation Resistance Test Report" pertains to the fire alarm and mass notification system (FA&MNS) repair for Building 542. Its primary focus is to document the insulation resistance testing performed on the electrical systems associated with the fire alarm and notification systems. The report outlines the procedure and objectives of the insulation resistance testing, which aims to ensure the integrity and reliability of the electrical installations. Key points emphasize the importance of verifying insulation resistance levels to prevent potential electrical failures that could compromise fire safety measures. The report is structured into multiple pages, providing a comprehensive overview of the test results and methodologies utilized. The findings are critical for ensuring compliance with safety standards and operational readiness of the fire alarm systems, reflecting governmental mandates for safety and risk management in public buildings. The assessment ultimately aims to support the overall safety and functionality of fire protection systems within federal and local infrastructure.
The Naval Surface Warfare Center Philadelphia Division (NSWCPD) is seeking past performance information from contractors for the solicitation N6449825R4034 regarding the design and construction of a fire alarm mass notification system. Contractors must complete a Past Performance Questionnaire, which involves documenting their contract details, relevancy of their past projects, and submitting this information to designated government officials by a specified deadline. The questionnaire assesses various aspects of contractor performance, including cost control, scheduling, mission requirements, quality, safety standards, business relations, and more, with a rating scale from 5 (Exceptional) to 1 (Unsatisfactory). Contractors are responsible for ensuring that past performance inquiries are properly completed and returned on time. This documentation aids in evaluating the capabilities of contractors in relation to the required project scope, enhancing the decision-making process in selecting an appropriate contractor for the NSWCPD project. Overall, the process emphasizes the importance of accountability, quality assessment, and effective communication in government contracting.
Mar 18, 2025, 1:05 PM UTC
The document outlines the existing layout and configuration of the Fire Alarm Control Panel (FACP) for Building 542, specifically detailing the Fire Alarm and Mass Notification System (FA&MNS) repair project. It presents a comprehensive floor plan, including various device types, point addresses, and monitor specifications across multiple sheets. Specific devices listed include pull stations, waterflow switches, and relays, each marked with their respective location codes and functionalities. The analysis includes photos of critical FACP components, such as the pump room and riser systems, aiding in the visual understanding of the system's structure. This file serves as part of a larger effort to address repairs and enhancements to the fire alarm systems as mandated by safety regulations. It is essential for contractors and engineers to reference this technical layout for precise execution during RFP responses. The meticulous detail of the layout and components underscores the importance of safety compliance in government infrastructure projects, demonstrating a commitment to maintaining effective fire safety systems in public buildings.
Mar 18, 2025, 1:05 PM UTC
The document appears to be a technical error message indicating a failure to properly display the contents of a PDF file. There is no substantive content provided for analysis regarding federal government RFPs, grants, or state and local RFPs. The message suggests that users should upgrade their PDF viewer, specifically Adobe Reader, to access the document's intended information. While it does not offer any insights related to government-related requests or funding opportunities, it serves as a reminder to ensure compatible software is used for viewing such files.
The document provides guidelines for the transmittal of shop drawings, equipment data, material samples, or compliance certificates in the context of construction projects regulated by the U.S. Army Corps of Engineers. It outlines a two-part process for contractors to request approval of submittal items, specifying the required sections and details for submissions. The document categorizes submissions into various types (e.g., shop drawings, product data) and mandates detailed itemization for approval, with a unique transmittal numbering system. It stresses the importance of compliance with contract specifications and outlines action codes that signify the status of submitted items, such as approval, conditional approval, and disapproval. The form also requires both contractor and approving authority signatures for validation. Overall, this transmittal process is essential in ensuring that all construction-related submissions adhere to the established guidelines, facilitating efficient project execution while maintaining compliance with federal standards.
Mar 18, 2025, 1:05 PM UTC
The NAVFAC 7300/31 document serves as a Contract Performance Statement and Schedule of Values for federal construction projects. It is designed for contractors to report on project costs, progress, and completion percentages. The template includes fields for detailed descriptions, quantities, unit costs, overall costs, previous performance metrics, estimated costs for the current period, and balances to finish for each line item. Notably, all fields in this instance are marked with zeros, indicating that no costs or completion progress have been recorded, suggesting that the project is either in its initial stages, or that there has not yet been any financial activity. The structure of the document centers around cost tracking and performance evaluation, ensuring accountability and oversight in government-funded initiatives. Overall, the form emphasizes the importance of budget management and tracking within the parameters of federal grants and contracts, contributing to efficient project execution.
Mar 18, 2025, 1:05 PM UTC
The document outlines the Activity Hazard Analysis (AHA) process for contractors performing repair work on the Fire Alarm and Mass Notification System (FA&MNS) at Building 542. It emphasizes the importance of assessing risks associated with various job steps, identifying specific anticipated hazards, and implementing controls to mitigate those risks. The Risk Assessment Code (RAC) matrix classifies risks based on probability and severity, with specific codes designated for extreme, high, moderate, and low risks. The document mandates the review and signature of the AHA by all workers before commencing work, ensuring safety practices are integral to the project. It also mentions the government's authority to require revisions to the AHA if it inadequately addresses the hazards and necessary controls. Regular updates and reviews of the AHA are essential to accommodate any changes in work procedures or site conditions, reinforcing the commitment to maintaining a safe working environment throughout the project's duration. This AHA ensures compliance with safety regulations in the context of RFPs, grants, and contract work for government projects.
Mar 18, 2025, 1:05 PM UTC
The Contract Progress Report outlines the status of the BLDG 542 Fire Alarm & Mass Notification System (FA&MNS) Repair project. It includes essential information such as contractor details, reporting periods, project and contract numbers, and the completion date. The document is structured to present work elements alongside their respective percentages of completion, both cumulative and for the current reporting period. Additionally, the report is used by the contracting officer to verify progress for payment purposes. The contractor certifies satisfactory completion of the contract, and signatures from both the contractor and a contracting officer affirm the report's validity. This document is vital for monitoring government projects and ensuring that milestones are met in accordance with federal guidelines for procurement and funding. The report reflects the government's emphasis on accountability and transparency in project management within federal grants and local RFPs.
The document pertains to a Construction Equipment Checklist for the repair of the Fire Alarm and Mass Notification System (FA&MNS) at Building 542. This checklist is likely intended to ensure that all necessary mobile construction equipment is accounted for and suitable for the repair project. The document likely outlines specific equipment requirements, safety standards, and operational guidelines necessary for efficient repair operations while adhering to government regulations. Such detailed checklists are critical components in the context of federal and state RFPs, as they promote compliance, safety, and effective project management. Overall, the checklist serves as a preparatory and verification tool to enhance project execution and stakeholder accountability, ensuring successful completion of the fire alarm system repairs.
Mar 18, 2025, 1:05 PM UTC
The Contractor Production Report documents the repair of the Fire Alarm and Mass Notification System (FA&MNS) at Building 542. It includes essential details such as weather conditions, work performed, safety meetings, and equipment used on the job site. The report emphasizes safety procedures, noting if safety meetings were held and any incidents of lost time accidents. It requires contractors to detail safety actions taken, materials received, and construction equipment utilized during the reporting period. Critical components include tracking work hours, assessing compliance with safety regulations, and addressing any hazardous materials issues. Overall, this report serves to ensure accountability and adherence to safety standards in government contracts related to construction and repair projects, reflecting the broader objectives outlined in federal and state RFPs.
Lifecycle
Title
Type
Solicitation
Presolicitation
Similar Opportunities
Mircom Non-Recurring Engineering Services (NRE) for Machinery Control Systems (MCS) Fire Alarm Control Panel (FACP)
Buyer not available
The Department of the Navy's Naval Surface Warfare Center, Philadelphia Division (NSWCPD) is seeking responses to a Request for Information (RFI) for Non-Recurring Engineering (NRE) services aimed at enhancing the FX-4000N Machinery Control System (MCS) Fire Alarm Control Panel (FACP). The contractor will be responsible for incorporating dual temperature trigger points for heat detection and removing a lockout feature that restricts user access after multiple failed password attempts. This project is critical for ensuring the reliability and accuracy of fire alarm systems used by the Navy, with deliverables owned by the LHD/A MCS Team. Interested parties must submit their responses electronically by 3:00 PM EST on April 12, 2025, to Stefan Kitzinger at stefan.b.kitzinger.civ@us.navy.mil, adhering to a two-page limit and including specified company information.
Z--Fire Alarm Mass Notification for Buildings 400, 3212A, 112 and 160.
Buyer not available
The DEPT OF DEFENSE, specifically the DEPT OF THE NAVY, is seeking a Fire Alarm Mass Notification system for Buildings 400, 3212A, 112, and 160 at Naval Station Great Lakes, IL. This project is being awarded as an 8(a) Sole Source Award. The system will be used for fire alarm and mass notification purposes.
Z--Building 81H Fire Alarm Mass Notification System
Buyer not available
The Department of Defense, specifically the Department of the Navy, has issued a Combined Synopsis/Solicitation notice for the procurement of a Fire Alarm Mass Notification System for Building 81H. This system will be installed at Naval Station Great Lakes, IL. The notice indicates that a Sole Source Award will be given to Dawson Federal, Inc. for this project.
Repair Fire Detection System Bldg. 1850
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the repair of the fire detection system in Building 1850 at Westover Air Reserve Base in Chicopee, Massachusetts. The project involves a comprehensive overhaul of the existing fire alarm system, including the integration of a new Mass Notification System (MNS) to ensure compliance with fire safety regulations and enhance overall safety measures. This initiative is critical for maintaining high safety standards in military facilities, with an estimated construction value between $100,000 and $250,000, and is set aside exclusively for small businesses. Interested contractors must submit their proposals by April 8, 2025, and can direct inquiries to Douglas P. Fortin at douglas.fortin.1@us.af.mil or Ewa Gosselin at ewa.gosselin@us.af.mil.
Install Enunciators & Alarms, DLA Dist. All Bldgs.
Buyer not available
The Department of Defense, through the NAVFACSYSCOM Mid-Atlantic office, is soliciting proposals for the installation of enunciators and alarms across all buildings at Marine Corps Air Station (MCAS) Cherry Point, North Carolina, under Project No. 7264735. This project involves the demolition of existing alarm systems and the installation of new Federal Signal Model 350-120-30 horns and Sentrol magnetic switches, with a focus on enhancing safety systems within military facilities. The contract is set aside for small businesses, with an estimated value between $25,000 and $100,000, and proposals must be submitted by May 6, 2025, following compliance with federal regulations including the Davis-Bacon Act. Interested contractors should direct inquiries to Evan Dumke or Ericka J. Bishop before the cutoff date of April 28, 2025.
USACE SPK DB Construction - DDJC Tracy Mass Notification and Fire Alarm Integration, Tracy, California
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting bids for the design and construction of an integrated mass notification and fire alarm system at the Tracy Army Depot in California. The project aims to replace and/or combine existing disparate systems from three different manufacturers, ensuring interoperability and compatibility among all equipment, while also installing a backup receiving system in an additional building. This initiative is critical for enhancing safety and operational efficiency at the depot, with a construction magnitude estimated between $10 million and $25 million. Interested contractors should contact Jennifer Wheelis at jennifer.l.wheelis@usace.army.mil or Melissa Denigris at MELISSA.A.DENIGRIS@USACE.ARMY.MIL for further details, and note that the bid due date has been extended as per Amendment 0001 issued on April 4, 2025.
Westnet Fire Station Alerting System
Buyer not available
Combined Synopsis/Solicitation DEPT OF DEFENSE DEPT OF THE NAVY is seeking a Westnet Fire Station Alerting System. This system is typically used for alerting fire stations in case of emergencies. The procurement is for Other Communications Equipment Manufacturing (NAICS code: 334290) and falls under the category of MISCELLANEOUS ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS (PSC code: 6350). The place of performance is Norco, California, United States. Interested parties must be registered in SAM and can submit their quotations electronically in PDF or MS Word format to the provided email address. The deadline for submitting quotes is specified in the posting.
PKA - B549 Repair Multiple Fire Alarm Panels
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting bids for the "PKA - B549 Repair Multiple Fire Alarm Panels" project at Travis Air Force Base in California. The project involves the design and construction services necessary to upgrade outdated fire alarm systems, including the demolition and replacement of existing components, with a contract value estimated between $500,000 and $1,000,000. This initiative is crucial for maintaining safety standards in federal facilities and ensuring effective emergency response capabilities. Interested contractors must submit their proposals by April 22, 2025, and can direct inquiries to SSgt Gabriel Sanderson at gabriel.sanderson@us.af.mil or MSgt Joshua Boak at joshua.boak@us.af.mil.
Synopsis Bldgs. 392 and 339 Fire Alarm Repairs/Replace
Buyer not available
The Department of Defense, specifically the Department of the Army, is seeking bids for the repair and replacement of fire alarm systems in Buildings 392 and 339 at Fort Leavenworth, Kansas. The project aims to upgrade the existing fire alarm systems to meet current codes and standards, including the installation of new fire alarm and mass notification systems, along with necessary wiring and equipment. This procurement is crucial for ensuring the safety and compliance of the facilities, and the contract will be awarded based on the most advantageous bid to the government, with a firm fixed price anticipated. Interested contractors must be registered in SAM and can direct inquiries to Felipe D. Zaragoza at felipe.d.zaragoza.civ@army.mil or Jennifer S. Walker at jennifer.s.walker12.civ@army.mil.
Provide Upgrades B4833
Buyer not available
The Department of Defense, through the Naval Facilities Engineering Command Mid-Atlantic, is soliciting proposals for the "Provide Upgrades B4833" project at Marine Corps Air Station (MCAS) Cherry Point, North Carolina. This procurement aims to enhance the facility by upgrading fire safety systems, including the installation of fire-rated doors and windows, carbon monoxide detectors, and fire alarm components, with a project cost estimated between $25,000 and $100,000. The initiative underscores the importance of maintaining safety standards and operational integrity within military facilities, ensuring compliance with NFPA regulations and minimizing disruption during construction. Proposals are restricted to pre-approved contractors, with a submission deadline of April 15, 2025, and interested parties can contact Linda Clark at linda.b.clark14.civ@us.navy.mil or Ericka J. Bishop at ericka.j.bishop.civ@us.navy.mil for further details.