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
    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, Pennsylvania. The project entails replacing the existing fire alarm system and integrating a new mass notification system, adhering to specific safety and compliance standards outlined in UFC-3-600-01 and UFC-4-021-01. 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 by April 24, 2025, with an estimated contract value between $500,000 and $1,000,000, and are encouraged to contact Rishi Mathur or David Rhoads for further information.

    Files
    Title
    Posted
    The document details an amendment to a solicitation for a contract managed by the Naval Surface Warfare Center in Philadelphia, specifically addressing updates and responses to queries concerning a construction project related to Building 542. Key changes include an extension of the bid submission deadline to April 24, 2025, and updates to the Statement of Work (SOW), wage determinations, and relevant attachments. The amendment provides government responses to contractor questions, clarifying aspects such as wiring encasement requirements and site conditions while confirming the government's responsibility for moving obstructive materials. Additionally, a new wage determination aligns with the Davis-Bacon Act, establishing minimum wage rates for construction workers involved in the project. The document emphasizes adherence to historical preservation standards for Building 542, restricting alterations to its original terra-cotta-block walls, requiring state historic preservation officer review for any modifications. Overall, this amendment ensures contractors have the necessary information to prepare compliant bids while maintaining the integrity of a historically significant structure.
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    Similar Opportunities
    B491 Fire Alarm Repair
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals from qualified small businesses for the repair of fire alarm systems at Facility B491, Offutt Air Force Base in Nebraska. The contractor will be responsible for providing all necessary equipment and labor to repair and rebuild the Simplex 4100ES Fire Alarm Control Panel, ensuring network communication with Facility B492 for fire pump activation. This project is critical for maintaining safety and compliance with fire control standards, and the total estimated award amount is $25 million. Interested parties must submit their proposals by January 5, 2026, and are encouraged to attend a site visit on December 16, 2025, with questions due by December 19, 2025. For further inquiries, contact SrA Jason Arizmendi at jason.arizmendi@us.af.mil or Lt Ryan Brewster at ryan.brewster.3@us.af.mil.
    Notifiers
    State, Department Of
    The U.S. Department of State (DOS), specifically the Bureau of Overseas Buildings Operations (OBO), is seeking services to procure Notifier brand fire alarm equipment for its overseas posts. The primary objective of this procurement is to maintain, repair, and support fire protection systems, ensuring compliance with fire and life safety codes, Department policy, and Federal laws. These fire alarm systems are critical for ensuring safety at U.S. facilities abroad and are installed by contractors in both new and existing constructions. Interested vendors should submit their statements of interest and capability by December 19, 2025, at 10 AM (EST) to Theresa Hunt at huntt@state.gov, as this opportunity is part of a planned Blanket Purchase Agreement (BPA) under NAICS code 561621.
    Fire Alarm System Replacement, Mountain Home AFB
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for design-build services to replace the outdated fire alarm system at the Sagebrush Inn, Building 2320, located at Mountain Home Air Force Base in Idaho. The project requires the installation of a new addressable fire alarm system, including a comprehensive design, hazardous material surveys, and construction services, all in compliance with Unified Facility Criteria and relevant safety codes. This upgrade is critical to ensure the safety of the facility, which currently violates fire code requirements due to the lack of available replacement parts for the existing system. Interested contractors must submit their proposals by January 20, 2026, and can direct inquiries to primary contacts Cameron Smith and Taylor Inman via the provided email addresses. The estimated contract value ranges from $1 million to $5 million, with a performance period of 407 calendar days following the notice to proceed.
    Y1DA--437-23-105 Replace Fire Alarm System 437-26-1-6690-0001
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, through Network Contracting Office 23, is soliciting proposals for the replacement of the fire alarm system at the Fargo VA Health Care System. This project involves the complete overhaul of the existing analog fire alarm system, which is at the end of its functional life, to a new digital, addressable voice notification system, including the installation of control panels, wiring, annunciators, and detectors across the campus. The importance of this upgrade lies in ensuring the safety and operational continuity of the facility, particularly in a healthcare environment. The estimated contract value ranges from $2 million to $5 million, with a performance period of 540 days from the Notice to Proceed. Interested bidders must submit their proposals electronically by December 18, 2025, and can direct inquiries to Contracting Officer Dwayne Brauch at dwayne.brauch@va.gov or by phone at 651-293-3039.
    Y1DA--519-24-400-NRM Install Fire Alarm Bldg. 25
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting offers for a construction project to install a new fire alarm system in Building 25 at the West Texas VA Healthcare System in Big Spring, TX. The project involves replacing the existing Honeywell fire alarm system with a Siemens system, ensuring compatibility with the existing infrastructure and adherence to various safety codes and standards. This upgrade is crucial for maintaining a reliable fire safety system across the campus, with a contract set aside for 100% Service-Disabled Veteran Owned Small Businesses (SDVOSB). Quotes are due by January 2, 2026, at 10:00 AM CST, and interested contractors should submit their proposals electronically to Eileen.Myers@va.gov, with the estimated contract value between $250,000 and $500,000.
    Repair Fire Alarm | Wilkes-Barre VAMC
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking contractors to perform repair services on the fire alarm system at the Wilkes-Barre Veterans Affairs Medical Center (VAMC) in Pennsylvania. This procurement is aimed at ensuring the functionality and safety of fire control equipment, which is critical for maintaining a secure environment for veterans and staff. The opportunity is part of a limited sources justification process, and interested parties can reach out to Nicholas Guzenski at nicholas.guzenski@va.gov or by phone at 570-824-3521 x24886 for further details. The notice is posted in compliance with FAR 5.301(a)(2)(i), and additional information can be found in the attached Limited Sources Justification document.
    Y1DA--437-23-105 Replace Fire Alarm System 437-26-1-6690-0001
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting bids for the replacement of the fire alarm system at the Fargo VA Medical Center under Solicitation Number 36C26326B0004. This project, designated as Project Number 437-23-105, is specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and is estimated to cost between $2 million and $5 million, with a performance period of 540 calendar days. The work involves comprehensive upgrades to the existing fire alarm system, ensuring compliance with VA Fire Protection Manual standards and various NFPA codes, while addressing environmental concerns such as asbestos management. Interested contractors must submit their proposals via email to Contracting Officer Dwayne Brauch by December 18, 2025, at 10:00 AM (CT), following a pre-bid site visit and Q&A process outlined in the solicitation documents.
    Bldg. 4 to Bldg. 77L Exterior Telecommunications Cable Repair
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center Philadelphia Division (NSWCPD), is soliciting proposals for a Firm Fixed Price (FFP) Construction Contract to repair exterior telecommunications cables between Building 4 and Building 77L at the Philadelphia Navy Yard. This project is a 100% Small Business Set-aside, aimed at ensuring that small businesses can compete for government contracts, and it emphasizes the importance of maintaining reliable telecommunications infrastructure for government operations. A site visit is scheduled for December 2, 2025, at 10:00 AM EST, and interested parties must submit their requests to attend by December 1, 2025, to the designated contacts, Rishi Mathur and David Rhoads, via their provided email addresses.
    63--NPS - Fire & Intrusion Monitoring Services, George
    Interior, Department Of The
    The Department of the Interior, through the National Park Service (NPS), is seeking qualified small businesses to provide fire alarm (FA) and intrusion detection (ID) system maintenance services for the George Washington Memorial Parkway. The procurement aims to ensure that existing FA and ID systems are maintained in optimal condition, free from errors or malfunctions, and includes responsibilities such as rectifying deficiencies and providing 24-hour monitoring. This contract, set aside entirely for small businesses, will span a one-year base period with four additional one-year option periods, totaling five years, and will require NICET Level II certified technicians for FA systems and state-licensed technicians for ID systems. Interested parties must submit their quotes by December 12, 2025, and can direct inquiries to Robert Staats at robertstaats@ibc.doi.gov or by phone at 208-207-7391.
    BPA - Alarm, Signal and Security Detection Systems PSC 6350
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center Indian Head Division (NSWC IHD), is seeking to establish Blanket Purchase Agreements (BPAs) for Alarm, Signal, and Security Detection Systems under PSC Code 6350 and NAICS Code 334290. The procurement aims to engage small businesses that can provide standard commercial supplies and services at competitive prices, with BPA calls not exceeding the Simplified Acquisition Threshold, allowing for competition at the call level. These systems are critical for enhancing security measures and operational safety within military installations. Interested vendors must submit their documentation, including past performance references, by April 30 for June awards or October 31 for December awards, and can contact Barbara Grinder at barbara.j.grinder.civ@us.navy.mil for further information.