Fire Alarm and Sprinkler Inspection, Testing, and Maintenance
ID: W56ZTN24RFIREType: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW6QK ACC-APG DIRABERDEEN PROVING GROU, MD, 21005-3013, USA

NAICS

Security Systems Services (except Locksmiths) (561621)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS (J063)
Timeline
    Description

    The Department of Defense, specifically the Army Contracting Command at Aberdeen Proving Ground (APG), is seeking qualified contractors for a Sources Sought opportunity focused on Fire Alarm and Sprinkler Inspection, Testing, and Maintenance services. The contract aims to ensure the functionality and compliance of fire protection systems across over 600 buildings at APG and the Adelphi Laboratory Center, requiring adherence to various federal, state, and local regulations, as well as original equipment manufacturer standards. This initiative is critical for maintaining life safety systems, and interested organizations must submit a capabilities statement by September 13, 2024, detailing their experience and capacity, with a focus on personnel certified to NICET Level III and emergency response capabilities. For further inquiries, potential bidders can contact Margaret Keelty at margaret.v.keelty.civ@army.mil or Erin L. Hynes at erin.l.hynes.civ@army.mil.

    Point(s) of Contact
    Margaret (Maggie) Keelty
    margaret.v.keelty.civ@army.mil
    Files
    Title
    Posted
    The Aberdeen Proving Ground (APG) Army Contracting Command issued a Sources Sought document to identify potential contractors for fire protection systems inspection, testing, and maintenance at APG and the Adelphi Laboratory Center. The contract requires compliance with various standards and regulations, focused on maintaining fire sprinkler systems, fire alarms, fire pumps, and associated equipment in over 600 buildings. Contractors must offer personnel certified to NICET Level III and demonstrate experience in fire system maintenance, with an emphasis on emergency response capabilities. Regular ITM services are outlined, with distinct protocols for minor and major deficiencies identified during inspections. Reporting requirements include daily performance, weekly updates, and monthly inspection documentation. The contract will entail stringent security classification and compliance with the Berry Amendment. Interested organizations must submit a capabilities statement by September 13, 2024, clearly outlining their experience and organizational capacity. This initiative underscores the government's pursuit of reliable partners for maintaining life safety systems.
    Lifecycle
    Title
    Type
    Similar Opportunities
    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.
    ILWW - Fire System Upgrade
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting proposals for the modernization of fire alarm and monitoring systems at the Illinois Waterway Project Office in Peoria, Illinois. The project aims to replace existing components with a new addressable fire alarm system that complies with local fire department regulations and safety standards, ensuring a turn-key solution for the facility. This upgrade is critical for enhancing fire safety measures and maintaining compliance with federal regulations. Interested contractors, particularly small businesses, must submit their proposals along with required certifications by the specified deadlines, and are encouraged to attend a prebid meeting scheduled for September 12, 2024, to gain further insights into the project. For additional information, contractors may contact Kate Behrens or Nicholas Moore via their respective emails.
    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.
    SOURCES SOUGHT NOTICE FOR INDEFINITE-DELIVERY, INDEFINITE-QUANTITY (IDIQ) DESIGN-BUILD (DB) AND DESIGN-BID-BUILD (DBB) FIRE PROTECTION MULTIPLE AWARD CONSTRUCTION CONTRACT (MACC)
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Systems Command Southeast (NAVFAC SE), is seeking qualified contractors for an Indefinite-Delivery, Indefinite-Quantity (IDIQ) Design-Build (DB) and Design-Bid-Build (DBB) Fire Protection Multiple Award Construction Contract (MACC) primarily focused on fire protection installation and repairs. The contract will encompass a range of services including the installation of fire suppression systems, fire alarm systems, and life safety system renovations across various states including Florida, Georgia, and Texas, with an anticipated total value of $99 million over a base year and four option years. Interested parties, particularly small businesses and those with specific certifications, must submit their qualifications and relevant project experience by 3:00 PM Eastern Time on September 5, 2024, to Matthew Abbott at the provided email address, ensuring all submissions adhere to the specified guidelines.
    Annual Mobile Fire Emergency Vehicle Inspection IAW NFPA 1910
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army at Fort Leonard Wood, Missouri, is seeking businesses capable of conducting annual mobile fire emergency vehicle inspections in accordance with NFPA 1910 standards. The procurement involves comprehensive bumper-to-bumper inspections, pump performance tests, and aerial service tests for a fleet of fire trucks, including various manufacturers such as Pierce, Ferrara, and Oshkosh. These inspections are critical for ensuring the operational readiness and safety of emergency response vehicles, thereby enhancing the effectiveness of fire services. Interested vendors should contact Elizabeth Reyes at elizabeth.e.reyes2.civ@army.mil or Julie West at julie.m.west4.civ@army.mil for further details.
    CAMP WARLORD FIRE DETECTION SYSTEM
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors to provide a fire detection system for Camp Warlord located at Little Rock Air Force Base in Arkansas. The contractor will be responsible for furnishing, removing, and replacing the existing fire notification system across 13 facilities, ensuring compliance with National Fire Protection Association guidelines and other relevant regulations. This procurement is critical for enhancing fire safety and operational readiness at the camp, with a performance period expected to be completed within 90 days of contract award. Interested parties should direct inquiries to Andre Kalvelage at Andre.kalvelage.1@us.af.mil or Shawn Dostie at Shawn.dostie@us.af.mil, with proposals due by September 17, 2024.
    Pavement Clearance Aberdeen Proving Ground North
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking contractors for a non-personal services contract focused on pavement clearance, which includes snow and ice removal at Aberdeen Proving Ground (APG) in Maryland. The contractor will be responsible for providing all necessary personnel, equipment, and materials to ensure efficient snow and ice management, adhering to established performance standards and timelines, particularly during severe weather events. This contract is crucial for maintaining safe access to critical facilities at APG and includes a base year with four optional renewal periods, emphasizing the importance of effective resource management. Interested parties can contact Scott Nunley at scott.e.nunley.civ@army.mil or 410-913-8011 for further details regarding the solicitation.
    Master Fire Alarm and Suppression Inspection, Repair
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors for the Master Fire Alarm and Suppression Inspection, Repair, and Maintenance services at the Walla Walla Veterans Administration Medical Center. This five-year contract, with an estimated total funding of $47 million, aims to consolidate fire system inspection, testing, repair, and maintenance to ensure compliance with VA directives, National Fire Protection Association (NFPA) codes, and federal regulations. The services are critical for maintaining fire safety across 25 buildings and a water tower on the campus, as well as oversight of three leased clinics, thereby ensuring the protection of VA facilities and personnel. Interested parties should contact Craig Brown at craig.brown7@va.gov or call 360-696-4061 EXT 31504 for further details, with the contract set to commence on September 25, 2024, and four option years available.
    Mingo JCCC Inspect and Test Fire Alarm Systems
    Active
    Agriculture, Department Of
    The Department of Agriculture, specifically the Forest Service at the Mingo Job Corps Center, is seeking qualified small businesses to perform inspection and testing of fire alarm systems at their facility located in Puxico, Missouri. The objective of this procurement is to ensure that life safety systems are operational at all times, thereby safeguarding the students and staff in the event of an emergency. This opportunity is particularly important as it involves maintaining compliance with safety regulations and ensuring the reliability of critical safety equipment. Interested parties are encouraged to submit their capabilities statements and Unique Entity Identifier (UEI) electronically to Gary Durham at gary.durham@usda.gov, as this is a sources sought synopsis aimed at gathering information for a potential future solicitation. No proposals are currently being accepted, and there is no funding amount specified at this stage.
    J012--Loch Raven Fire Alarm VA Preventative Maintenance Contract Base Year plus One Option Year Cerberus Pyrotronics Fire Alarm System REQUEST FOR QUOTE
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking quotes for a preventative maintenance contract for the Cerberus Pyrotronics Fire Alarm System at the Loch Raven VA Medical Center in Baltimore, Maryland. The contract, which includes a base year and an option for an additional year, requires the contractor to conduct annual inspections and preventive maintenance across seven buildings, ensuring compliance with manufacturers' operating instructions and federal regulations. This initiative is crucial for maintaining the safety and reliability of fire alarm systems, thereby protecting personnel and property at the facility. Interested parties must submit their quotes by the specified deadline to the Contracting Officer, William Chris Galletta, at william.galletta@va.gov, with the contract period running from September 27, 2024, to September 26, 2026.