Fire System and Suppression Maintenance and Repair Services
ID: 75N99025R00003 Type: Solicitation
Overview

Buyer

HEALTH AND HUMAN SERVICES, DEPARTMENT OFNATIONAL INSTITUTES OF HEALTHNATIONAL INSTITUTE OF HEALTH NIEHSMORRISVILLE, NC, 27560, USA

NAICS

Security Systems Services (except Locksmiths) (561621)

PSC

FIRE CONTROL MAINTENANCE AND REPAIR SHOP SPECIALIZED EQUIPMENT (4931)
Timeline
  1. 1
    Posted Mar 25, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 14, 2025, 12:00 AM UTC
  3. 3
    Due Apr 24, 2025, 4:00 PM UTC
Description

The Department of Health and Human Services, specifically the National Institutes of Health (NIH), is seeking contractors to provide Fire System and Suppression Maintenance and Repair Services at the National Institute of Environmental Health Sciences (NIEHS) in Research Triangle Park, North Carolina. The contractor will be responsible for preventive maintenance, emergency repairs, and inspections of the government-owned SimplexGrinnell fire annunciator system and associated fire suppression systems, ensuring compliance with safety standards and operational readiness. This contract, which spans from September 30, 2025, to September 29, 2026, includes options for four annual extensions based on performance, and interested parties can reach out to Andrew Gathogo at andrew.gathogo@nih.gov or call 984-287-4386 for further details.

Point(s) of Contact
Files
Title
Posted
The document outlines the scope of work necessary for troubleshooting, inspecting, and maintaining various fire safety systems, specifically detailing the coverage under two tasks. Task #1 encompasses peripheral initiating and notification devices, panel components, batteries, and preventive maintenance, while Task #2 focuses on fire suppression systems, including specific components like piping and suppression heads. The equipment listed is primarily from Johnson Controls/ SimplexGrinnell and includes various nodes across multiple buildings. Each node details the equipment's location, model, and indicates whether maintenance is covered under the service contract. Additional entries include various suppression systems used in different buildings, with a notation of what is included in the service agreement. The document is structured as a combination of a service contract overview and an inventory of fire safety systems, which is essential for ensuring compliance with safety standards in government facilities. Overall, it highlights the government's commitment to maintaining effective fire safety measures and the meticulous approach to operational readiness.
The document outlines various inspections, modifications, and maintenance tasks for Building 101 across multiple modules (A through F) at the NIEHS. It identifies specific devices, locations, and types, such as smoke detectors, water flow switches, and emergency pull stations. Each entry includes part types and designated custom labels alongside their respective PNIS codes. The goal is to maintain safety and compliance in the facility's infrastructure through systematic evaluation and upgrades of fire prevention and suppression systems, plumbing, and electrical components. The meticulous cataloging reveals a commitment to ensuring that all components are working effectively, which is integral in accordance with federal regulations and safety mandates. This initiative reflects the government's emphasis on maintaining operational readiness and safeguarding against potential hazards in government facilities.
Apr 14, 2025, 7:05 PM UTC
The document is a Wage Determination Register from the U.S. Department of Labor, detailing wage rates for various occupations under the Service Contract Act, applicable to contracts in North Carolina's Durham, Orange, and Person counties. It specifies minimum hourly wages based on the applicable Executive Orders, highlighting requirements for contracts initiated or extended from January 30, 2022, and those prior to that date. The register outlines specific wage rates for a range of occupations, with fringe benefits for all listed positions, including health and welfare, vacation, and holidays. Additional provisions for sick leave, uniform allowances, and hazardous pay differentials are also noted. The document mandates that contractors ensure compliance with wage rates and benefits while detailing the conformance process for unlisted job classifications. It underscores the need for adherence to federal guidelines for worker compensation and protections, positioning itself as a critical resource for contractors managing federal service contracts.
Apr 14, 2025, 7:05 PM UTC
The document outlines a Request for Proposal (RFP) issued by the National Institutes of Health (NIH) for Fire System and Suppression Maintenance Services at the National Institute of Environmental Health Sciences (NIEHS) in Research Triangle Park, NC. The contract spans from September 30, 2025, to September 29, 2026, with options for four annual extensions based on performance. The selected contractor will be responsible for preventive maintenance, emergency repairs, and inspections of fire alarms and suppression systems. Key objectives include providing 24/7 emergency service within two hours of notification and adherence to quality standards in service delivery. Contractor personnel must possess relevant certifications and undergo security vetting by NIH. The document also details quality control requirements, outlining a Quality Assurance Surveillance Plan to assess contractor performance. Moreover, it highlights safety and insurance requirements, emphasizes the necessity for a dedicated safety officer, and establishes protocols for accident reporting and workplace safety management. This RFP aligns with government procurement processes, ensuring compliance with federal acquisition regulations while aiming for reliable fire safety management services at NIEHS facilities.
Apr 14, 2025, 7:05 PM UTC
Amendment 001 to Solicitation 75N99025R00003 addresses the requirements for Fire System and Suppression Maintenance and Repair Services at the NIEHS Research Triangle Park in North Carolina. The amendment provides answers to various questions posed by potential offerors regarding the solicitation. Key inquiries include the existence of a previous inspection report, the scope of services covered under the Performance Work Statement (PWS), and details related to the number of kitchen suppression systems, tanks, fusible links, fire alarm panels, and connected devices. Notably, the document confirms the number of fusible links as eight and the tanks as three, while stating that inspections are comprehensive as outlined in the PWS. This amendment is vital for ensuring that interested parties understand the full extent of the maintenance and repair services required, highlighting the federal government's commitment to maintaining facility safety standards.
Lifecycle
Title
Type
Solicitation
Similar Opportunities
12-Month maintenance agreement for Qtrap Mass Spectrometers
Buyer not available
The Department of Health and Human Services, specifically the National Institutes of Health (NIH) through its National Institute of Allergy and Infectious Diseases (NIAID), is seeking to establish a 12-month maintenance agreement for Qtrap Mass Spectrometers with AB Sciex LLC. The procurement requires telephone technical support to be available within four hours and prioritized repair services within 48 hours, along with annual periodic maintenance for various laboratory equipment models. This maintenance agreement is critical for ensuring the operational efficiency and reliability of essential scientific instruments used in research. Interested parties must submit capability statements by April 29, 2025, to be considered, and all submissions should be made via the NIAID electronic Simplified Acquisition Submission System (eSASS) at HTTPS://ESASS.NIH.GOV. For further inquiries, potential vendors can contact Mildred Moss at mildred.moss@nih.gov or Tonia Alexander at talexander@niaid.nih.gov.
monitoring and alarm services for the sample storage equipment
Buyer not available
The Department of Health and Human Services, specifically the National Institutes of Health (NIH) through the National Institute of Allergy and Infectious Diseases (NIAID), intends to negotiate a sole source contract with Rees Scientific Corporation for ongoing monitoring and alarm services for sample storage equipment at the NIAID Integrated Research Facility in Frederick, Maryland. The procurement aims to ensure continuous monitoring of critical laboratory freezers, refrigerators, and incubation chambers that maintain the integrity of select agent samples and other research materials, which are vital for studying emerging infectious diseases. This contract will cover essential services including parts replacements, software and hardware support, and calibration services for the proprietary Rees monitoring system, which is crucial for maintaining operational safety and compliance in biosafety level laboratories. Interested vendors may submit capability statements via the NIAID electronic Simplified Acquisition Submission System (eSASS) by April 22, 2025, at 5:00 PM ET, with all submissions requiring prior registration in the eSASS system.
Preventative Maintenance Agreement
Buyer not available
Solicitation Notice: HEALTH AND HUMAN SERVICES, DEPARTMENT OF - NATIONAL INSTITUTES OF HEALTH is seeking a Preventative Maintenance Agreement for integration systems used in the current Operating Rooms to the Education Room in Bethesda, Maryland, United States. The purpose of this agreement is to support the existing systems and prevent delay in case the integration system goes down. The agreement requires remote monitoring capabilities, collaboration among NIH and other research institutes, and web-based and teleconference consultation and collaboration. The contract duration includes a base year and two option years. This acquisition is being conducted using policies unique to the Federal Acquisition Regulation (FAR) Part 13. Interested parties may respond to this notice, and the Government will determine whether to compete the requirement based on the responses received.
Maintenance and Repair Service for an Automated Liquid Handling System
Buyer not available
The Department of Health and Human Services, specifically the National Institutes of Health (NIH), is seeking proposals for maintenance and repair services for a Hamilton Microlab VANTAGE 1.3 Automated Liquid Handling System, which is crucial for ongoing research on neurodegenerative diseases at the National Institute on Aging. The contract will cover preventative maintenance, repairs, and software updates to ensure the system's optimal functionality, with a performance period from June 17, 2025, to June 16, 2029, including options for extensions. This system plays a vital role in supporting research efforts related to Alzheimer's disease and related dementias, underscoring the importance of reliable maintenance services. Interested vendors must submit their quotations by May 1, 2025, at 9:00 AM EDT, and can direct inquiries to Rashiid Cummins at rashiid.cummins@nih.gov.
Liquid Nitrogen to Autofill
Buyer not available
The Department of Health and Human Services, specifically the National Institutes of Health (NIH), is seeking a contractor to provide liquid nitrogen autofill services for freezer storage tanks at its facilities. The procurement involves checking and refilling liquid nitrogen levels in two storage tanks located at designated buildings, with services required twice a week to ensure uninterrupted nitrogen flow for research purposes. This contract is crucial for maintaining the integrity of biological samples and research materials, and it includes a base period of one year with four optional renewal periods. Interested vendors must submit their quotes by 9:00 am Eastern Time on April 23, 2025, to Verne Griffin at verne.griffin@nih.gov, with the solicitation number NICHD-75N94025Q00063 guiding the submission process.
Service Contract for Leica Imaging Platforms for the Laboratory of Immune System Biology (LISB)
Buyer not available
The Department of Health and Human Services, through the National Institute of Allergy and Infectious Diseases (NIAID), is seeking a contractor to provide a service contract for the maintenance of Leica Imaging Platforms utilized by the Laboratory of Immune System Biology (LISB). The objective of this procurement is to ensure optimal operational conditions for 14 advanced microscopy instruments, which are critical for research in immunology and infectious diseases, through preventive maintenance, remedial repairs, and prompt onsite responses by factory-trained engineers. The contract will span a base period from May 1, 2025, to March 31, 2026, with four additional option periods extending through March 31, 2030. Interested vendors must submit their quotes by 3:00 PM EST on April 24, 2025, to Kathy Song at kathy.song@nih.gov, and are encouraged to address any questions by April 18, 2025.
Return to Office Design Services
Buyer not available
The Department of Health and Human Services, specifically the National Institutes of Health (NIH), is seeking proposals from qualified small businesses for Return to Office Design Services. The primary objective of this procurement is to assist the NIH's Office of Research Services in optimizing workspace efficiency, managing facilities, and implementing cost-saving measures through the repurposing of underutilized areas, while providing strategic recommendations for long-term space utilization. This contract, which is set aside for small businesses under NAICS code 561499, will cover a base year from July 1, 2025, to June 30, 2026, with options for two additional years, and emphasizes compliance with federal guidelines and sustainability goals. Interested parties should contact Isaac J. Bellamy at isaac.bellamy@nih.gov for further details and to ensure their proposals meet the necessary requirements by the submission deadline.
SERVICE AGREEMENT FOR THERMO ELECTRON LABORATORY EQUIPMENT (AMBIS 2247584)
Buyer not available
The Department of Health and Human Services, specifically the National Institutes of Health (NIH) through the National Institute of Allergy and Infectious Diseases (NIAID), is soliciting quotes for maintenance agreements on Thermo Electron laboratory equipment, critical for research involving complex proteomic data. The procurement, identified by solicitation number RFQ-NIAID-25-2247584, requires comprehensive service plans for various mass spectrometry instruments, ensuring prompt maintenance response times, priority technical support, and regular preventive maintenance visits. This equipment is essential for analyzing high-value samples in ongoing research projects, and the contract period spans from March 19, 2025, to March 18, 2026. Interested vendors must submit their quotes electronically by December 30, 2024, and can contact Kimberly Rubio at kimberly.rubio@nih.gov for further information.
Catawba Service Unit Sprinkler Inspection and Testing
Buyer not available
The Department of Health and Human Services, specifically the Indian Health Service, is seeking proposals for the inspection, testing, and replacement of sprinkler systems at the Catawba Service Unit located in Rock Hill, South Carolina. The objective of this procurement is to enhance safety by ensuring that all fire suppression components comply with applicable standards, including the National Fire Protection Association (NFPA) regulations. Contractors will be responsible for providing all necessary labor, materials, and equipment, and must submit deliverable reports on inspections and compliance. Quotes are due electronically by May 5, 2025, and interested parties should contact Andrew Rhoades at Andrew.Rhoades@ihs.gov for further information.
Fire Extinguisher Maintenance Services
Buyer not available
The Department of Defense, specifically the Department of the Navy, is soliciting proposals for fire extinguisher maintenance services at Marine Corps Air Station New River in North Carolina. The contractor will be responsible for the maintenance, repair, and recharge of 140 Halotron flightline fire extinguishers, which includes six-year maintenance and twelve-year hydrostatic testing, all in compliance with specified standards and regulations. This procurement is critical for ensuring operational safety through the proper maintenance of essential fire safety equipment. Interested contractors must submit their bids by May 5, 2025, at 2:00 PM, and are encouraged to contact Monica R. Thomas at monica.r.thomas.civ@usmc.mil or Michael Dobbins at michael.dobbins@usmc.mil for further information.