Mingo JCCC Inspect and Test Fire Alarm Systems
ID: 1282A724Q0049Type: Solicitation
Overview

Buyer

AGRICULTURE, DEPARTMENT OFFOREST SERVICEMINGO JOB CORPS CENTERPUXICO, MO, 63960, USA

NAICS

Facilities Support Services (561210)

PSC

EQUIPMENT AND MATERIALS TESTING- FIRE CONTROL EQUIPMENT (H212)

Set Aside

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

    The Department of Agriculture, specifically the Forest Service at the Mingo Job Corps Center, is soliciting proposals for the inspection and testing of fire alarm systems at its facility located in Puxico, Missouri. The objective of this procurement is to ensure compliance with safety regulations and maintain operational life safety systems within the center, which serves students. This contract will consist of a base year followed by four optional years, with performance expected to extend from November 15, 2024, to November 14, 2029. Interested parties must submit their proposals by October 22, 2024, and ensure active registration in the System for Award Management (SAM). For further inquiries, contact Gary Durham at gary.durham@usda.gov or Dennis Cantrell at dennis.cantrell@usda.gov.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines a Request for Proposal (RFP) for fire alarm system inspection and testing services at the Mingo Job Corps Center, located in Puxico, Missouri. The aim is to ensure compliance with safety regulations and maintain operational life safety systems in buildings serving students. The contract structure includes a base year followed by four optional years, with the total possible performance extending from November 15, 2024, to November 14, 2029. Submissions include a technical proposal addressing personnel qualifications and relevant experience, a pricing proposal, and past performance metrics. Proposals are due by October 22, 2024, with a requirement for active registration in the System for Award Management (SAM). The evaluation will consider technical approach, past performance, and price, indicating that technical and past performance are prioritized equally with price. Compliance with multiple Federal Acquisition Regulation (FAR) clauses, including labor standards, anti-trafficking, and equal opportunity provisions, are mandated. This RFP reflects the government's commitment to safety and regulatory compliance while fostering opportunities for small businesses and contractors specializing in fire safety services.
    The Statement of Work outlines the inspection and testing of fire alarm systems for the Mingo Job Corps Center in Puxico, Missouri. The initiative is essential to ensure the continuous operational safety of life-safety systems for the facility, which houses students. The project requires the contractor to provide all labor, equipment, tools, and materials necessary to execute the inspections and tests according to an established schedule referenced in the document. Key requirements include delivering detailed reports for each inspection, identifying system conditions, and recommending repairs for any failures. The government will furnish utilities, but the contractor must supply any necessary phone services. Strict guidelines regarding working hours, safety compliance, and the handling of government property are stipulated, ensuring that operations do not disrupt the Center's activities. The specified buildings and their respective alarm systems which require testing are detailed in Appendices, contributing to the comprehensive understanding of site requirements. Overall, this contract illustrates the federal commitment to maintaining safety standards in educational facilities, aligning with regulatory protocols.
    Lifecycle
    Similar Opportunities
    Curlew Job Corps Fire Alarm Inspection
    Active
    Agriculture, Department Of
    The Department of Agriculture, specifically the Forest Service, is seeking qualified vendors for fire alarm inspection and related services at the Curlew Job Corps Civilian Conservation Center in Curlew, Washington. The procurement includes the inspection and testing of fire alarm systems, fire extinguisher inspections, sprinkler suppression services, and kitchen exhaust hood cleaning, all of which must comply with OSHA safety standards pertinent to the forestry industry. Given the center's isolated location, there is limited availability of local service providers, leading to the intention to award a single-source contract under FAR 13.106-1(b). Interested parties are encouraged to express their interest and capabilities to Gary Durham via email by the specified deadline, noting that this notice is for informational purposes only and does not constitute a formal solicitation or commitment by the government.
    Fire Alarm/Fire Life Safety Systems Replacement - MCI ATCT (Kansas City, MO.)
    Active
    Transportation, Department Of
    The Department of Transportation's Federal Aviation Administration (FAA) is soliciting offers for the replacement of fire alarm and fire life safety systems at the MCI Air Traffic Control Tower in Kansas City, Missouri. The project aims to enhance safety features in compliance with relevant codes, including the installation of new fire detection systems and modifications to existing suppression systems, with an estimated construction budget between $500,000 and $1,000,000. This upgrade is crucial for ensuring operational safety at airport facilities and adherence to federal and local standards. Interested contractors must submit their offers by September 18, 2024, following a mandatory site visit scheduled for September 4, 2024, with pre-registration required by August 30, 2024. For further inquiries, contact Mark Salum at mark.salum@faa.gov or call 206-231-3016.
    Modular Airborne Fire Fighting Systems (MAFFS) Coordination and Maintenance Services
    Active
    Agriculture, Department Of
    Presolicitation AGRICULTURE, DEPARTMENT OF FOREST SERVICE is seeking Modular Airborne Fire Fighting Systems (MAFFS) Coordination and Maintenance Services in Boise, ID, USA. The service is typically used for inspection, maintenance, repair, inventory management, engineering support, training, and coordination activities to ensure operational readiness for eight (8) Modular Airborne Fire Fighting Systems, second generation (MAFFS II), and associated ground equipment during the wildland fire season and throughout the year. The anticipated response date is 31 March 2024 at 1400 MT. The set aside code is Total Small Business Set-Aside (FAR 19.5). The NAICS code is 488190 – Other Support Activates for Air Transportation. The small business size standard is $40 Million. The Forest Service intends to issue a request for quotes (RFQ) on or around 1 March 2024. The resulting contract will be a firm-fixed priced (FFP), indefinite-delivery, indefinite-quantity (IDIQ) contract with a twelve (12)-month base period and four (4), twelve (12)-month option periods. Interested parties shall submit quotes through e-mail to the Contracting Officer, Gwen Boyle, at Gwendolynn.Boyle@usda.gov. Contractors must be registered and active in the SAM.gov database prior to contract award. All invoices for this procurement shall be submitted through the Department of Treasury’s Internet Payment Platform (IPP). For further information, please contact Gwen Boyle at Gwendolynn.Boyle@usda.gov.
    Equipment Inspection Provider Memorandum of Understanding (MOU)
    Active
    Agriculture, Department Of
    The Department of Agriculture, specifically the Forest Service's Pacific Northwest Regional Office, is seeking qualified providers to enter into a Memorandum of Understanding (MOU) for the inspection of fire equipment under Virtual Incident Procurement (VIPR) Agreements. The MOU aims to establish a collaborative framework for inspecting wildland fire equipment in Oregon and Washington, ensuring compliance with established standards and facilitating the recognition of inspections by the Pacific Northwest Wildfire Coordination Group (PNWCG). This initiative is crucial for maintaining the readiness and compliance of fire equipment, aligning with federal and state emergency preparedness requirements. Interested providers must submit their applications by mail to the Redmond Air Center by October 31, 2024, with notifications of selection expected by December 20, 2024. For further inquiries, contact Kevin Toombs at kevin.toombs@usda.gov or Aaron Olmos at aaron.olmos@usda.gov.
    Fire Maintenance Services at Multiple locations within the Indianapolis District
    Active
    Transportation, Department Of
    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is seeking qualified contractors to provide fire maintenance services at three critical locations: the Columbus Air Traffic Control Tower in Ohio, the Indianapolis Air Traffic Control Tower, and the Indianapolis Air Route Traffic Control Center in Indiana. The procurement aims to ensure comprehensive inspection, testing, and maintenance of fire alarm systems, sprinkler systems, and fire extinguishers, adhering to National Fire Protection Association standards and local regulations. This contract is vital for maintaining safety and operational integrity at these aviation facilities, with a performance period set from October 1, 2024, to September 30, 2029, and an option for four additional years. Interested contractors must submit their proposals via email by October 11, 2024, and can direct inquiries to Randie Thornton at randie.n.thornton@faa.gov or call 817-222-4189.
    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.
    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.
    Kitchen Hoods & Fire Suppression System Inspection, Repair, & Maintenance (Service)
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors for the inspection, repair, and maintenance of kitchen hoods and fire suppression systems at F.E. Warren Air Force Base in Wyoming and associated Missile Alert Facilities. The procurement requires contractors to provide all necessary personnel, equipment, and services for semi-annual inspections, maintenance, and emergency repairs, ensuring compliance with applicable standards and regulations. This initiative is crucial for maintaining operational readiness and safety within military facilities, emphasizing the importance of effective fire suppression systems. Interested parties must submit their written quotations by October 15, 2024, with inquiries directed to Halle Schaneman at halle.schaneman@us.af.mil or Arthur W. Makekau at arthur.makekau@us.af.mil, and must be registered in the System for Award Management (SAM) prior to contract award.
    Geotechnical Services
    Active
    Agriculture, Department Of
    The U.S. Department of Agriculture, specifically the Forest Service, is seeking proposals for Indefinite Quantity Indefinite Delivery (IDIQ) contracts for Geotechnical Services in the Northern Region, covering North Dakota, South Dakota, Montana, and Northern Idaho. The primary objective is to provide materials testing and engineering services for infrastructure projects such as low-volume roads, tunnels, and dams, necessitating a deep understanding of the region's geological conditions. This procurement is critical for ensuring the safety and functionality of infrastructure in forested areas, with the government planning to award at least three contracts totaling up to $20 million over five years, including a base contract and four option years. Interested firms must submit their proposals by November 1, 2024, and should contact Traci Jackson at Traci.jackson@usda.gov for further information.
    Fire Detection System Inspect and Test
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the US Coast Guard, is seeking a Fire Detection System Inspect and Test service. This service is typically used to ensure the proper functioning and safety of fire detection systems on ships and marine equipment. The place of performance for this procurement is in Alameda, CA. Interested vendors must submit their quotes by 0800 Pacific Time on November 7, 2023, and the contract will be awarded on a firm-fixed-price basis. For more details, interested vendors can refer to the attached statement of work.