Pull Station
ID: W519TC25Q2149Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW390 MCALESTER ARMY AMMO PLANTMCALESTER, OK, 74501-5000, USA

NAICS

Security Systems Services (except Locksmiths) (561621)

PSC

MISCELLANEOUS ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS (6350)

Set Aside

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

    The Department of Defense, specifically the Department of the Army, is seeking proposals for the procurement of hazardous location pull stations, specifically the Wheelock P/N: MPS-400X, to enhance safety measures at the McAlester Army Ammunition Plant in Oklahoma. The requirement includes the supply of 26 explosion-proof fire alarm pull stations that adhere to specified safety and performance standards, with delivery expected by March 18, 2025. This procurement underscores the Army's commitment to maintaining safety in potentially hazardous environments through compliant and effective safety equipment. Interested vendors must submit their proposals by March 4, 2025, at 3:00 PM, and can direct inquiries to Regina Gibson at regina.l.gibson7.civ@army.mil or by phone at 918-420-7454.

    Point(s) of Contact
    Files
    Title
    Posted
    The document is a solicitation from the U.S. Army contracting command for the procurement of hazardous location pull stations (Wheelock P/N: MPS-400X). It outlines the requirements for proposals and specifies the deadline for submission as March 4, 2025, at 3:00 PM. The solicitation incorporates various Federal Acquisition Regulation (FAR) clauses relevant to the bidding process, including guidelines on brand name or equal products, evaluation criteria, and compliance with federal statutes. The main supply requirement is for 26 explosion-proof fire alarm pull stations that meet specified safety and performance standards. Delivery is required by March 18, 2025, to the McAlester Army Ammunition Plant, with the document detailing inspection, acceptance terms, and electronic invoicing procedures through the Wide Area Workflow system. The solicitation's structure includes sections for key information such as solicitation number, contact details of the contracting officer, terms and conditions, and clauses governing contractor responsibilities. This document highlights the U.S. Army's ongoing commitment to safety in installation environments by ensuring the procurement of compliant and effective safety equipment.
    Lifecycle
    Title
    Type
    Pull Station
    Currently viewing
    Combined Synopsis/Solicitation
    Similar Opportunities
    Fire Alarm Control Panel-Name Brand Only
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking proposals for the procurement of a Monaco brand fire alarm control panel, as outlined in a combined synopsis/solicitation notice. The requirement has been amended to specify "Monaco Name Brand Only - No Substitutes," reflecting a stringent procurement criterion aimed at ensuring product reliability and compliance with technical standards. This procurement is critical for maintaining safety and security protocols at the McAlester Army Ammunition Plant in Oklahoma. Interested contractors must submit their offers by 3:00 PM on March 5, 2025, with delivery expected by April 3, 2025. For further inquiries, Regina Gibson can be contacted via email at regina.l.gibson7.civ@army.mil or by phone at 918-420-7454.
    GPO Fire Alarm and Suppression Systems - Test and Certification of Repaired Components
    Buyer not available
    The United States Government Publishing Office (GPO) is soliciting proposals for a federal contract focused on the testing and certification of fire alarm and suppression systems across its facilities, specifically Buildings A, B, C, and D in Washington, D.C. The contract aims to engage a qualified firm to assess repaired components, ensuring compliance with NFPA codes and local regulations, and to provide consultation services as needed. This procurement is critical for maintaining operational safety and compliance with federal safety standards, as highlighted by recent inspections that identified various discrepancies in fire safety systems requiring immediate attention. Proposals are due by March 27, 2025, with site visits available on March 10, 2025. Interested parties can contact Troy D. White at twhite@gpo.gov or Auday Aubaidi at aaubaidi@gpo.gov for further information.
    4210--Fire Extinguishers
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for the procurement of fire extinguishers under solicitation number 36C24W25Q0072, specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB). The contract aims to acquire 88 fire extinguishers, including various models such as 5lb ABC, 10lb CO2, and Halotron I, ensuring compliance with safety and quality standards for VA facilities. This procurement is critical for maintaining fire safety equipment within the Eastern Oklahoma Veterans Affairs Healthcare System in Muskogee, Oklahoma. Interested contractors must submit their proposals by March 4, 2025, with delivery scheduled for July 7, 2025; inquiries can be directed to Contract Specialist Augustine Alford at Augustine.Alford@va.gov or by phone at 951-266-9822.
    Fire Station Alerting System
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking small businesses to provide a Fire Station Alerting System at Fairchild Air Force Base in North Lakewood, Washington. The project involves the design, delivery, installation, and training for a modern alerting system to replace outdated infrastructure at two fire stations, ensuring compliance with operational requirements and enhancing emergency response capabilities. This procurement is crucial for maintaining operational readiness and effective communication within the fire services, with a firm-fixed-price contract anticipated. Interested vendors must submit their quotes by March 6, 2025, and can contact Brandon Teague at brandon.teague.1@us.af.mil or 509-247-3488 for further information.
    Blower Motor
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking proposals for the supply of a blower motor intended for the McAlester Army Ammunition Plant in Oklahoma. The procurement is set aside for small businesses, with a focus on service-disabled veteran-owned and women-owned enterprises, and requires bidders to submit a technical specification sheet alongside their offers, which must meet specific operational criteria such as horsepower, voltage, and phase. This solicitation emphasizes compliance with federal regulations and aims to support diversity in federal contracting. Interested parties should submit their offers by 10:00 AM on March 4, 2025, and can contact Casey Pratt at casey.p.pratt.civ@army.mil or by phone at 918-420-7407 for further information.
    PBA Carbon Monoxide Detectors
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking sources for the procurement of carbon monoxide detectors. This opportunity falls under the NAICS code 423690, which pertains to Other Electronic Parts and Equipment Merchant Wholesalers, and is classified under the PSC code 6350 for miscellaneous alarm, signal, and security detection systems. The carbon monoxide detectors are crucial for ensuring safety and compliance in various military applications, particularly in environments where carbon monoxide exposure poses significant risks. Interested vendors can reach out to Larry Owens at larry.w.owens4.civ@army.mil or Stephanie Migawa at stephanie.m.migawa.civ@army.mil for further information regarding this sources sought notice.
    CSS 96484 - Install Fire Alarm System
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for the installation of a fire alarm system under contract number CSS 96484. This procurement aims to enhance safety measures by implementing a reliable fire alarm system, which is crucial for maintaining operational readiness and protecting personnel and assets. The contract is set aside for small businesses, in accordance with FAR 19.5, and falls under the NAICS code 561621 for Security Systems Services (except Locksmiths). Interested vendors can reach out to Ryan Nicklous at ryan.p.nicklous.civ@army.mil or by phone at 609-562-5014, or contact Sharon Wilson-Emmons at sharon.wilson-emmons.civ@army.mil or 609-562-6405 for further details.
    Sources Sought Announcement - Fire Alarm Control Panels - Renovate Sijan Hall - Phase One at U.S. Air Force Academy, CO
    Buyer not available
    The U.S. Army Corps of Engineers, Omaha District, is conducting a Sources Sought announcement to identify potential sources for Notifier brand fire alarm control panels required for the renovation of Sijan Hall at the U.S. Air Force Academy in Colorado. The project aims to implement a phased construction approach that minimizes disruption to ongoing operations while adhering to Department of Defense safety and sustainability guidelines. The anticipated construction contract, valued between $100 million and $250 million, includes an estimated cost of $125,000 to $225,000 for the fire alarm control panels, with responses due by March 5, 2025. Interested vendors should submit a capabilities statement to Scott Dwyer at Scott.Dwyer@usace.army.mil, detailing their qualifications and compliance with specified requirements.
    N063--598-22-125 Repair/Replace Fire Alarm Systems - NLR/JLM
    Buyer not available
    The Department of Veterans Affairs is issuing a presolicitation notice for the repair or replacement of fire alarm systems at the Eugene J. Towbin VA Healthcare Center and the John L. McClellan Memorial Veterans Hospital in North Little Rock, Arkansas. The project, designated as RFP number 36C25625R0055, involves upgrading the existing fire alarm systems by replacing the current Edwards system with an EST-4 Fire Alarm Control Panel, including the installation of additional smoke detectors while ensuring minimal disruption in an occupied hospital environment. This initiative is crucial for maintaining safety and compliance within healthcare facilities, with an estimated construction value ranging from $2 million to $5 million and a performance period of 365 days following the notice to proceed. Interested parties must confirm their Service-Disabled Veteran-Owned Small Business (SDVOSB) status and comply with eligibility requirements, with proposals due around April 10, 2025; for further inquiries, contact Contract Specialist Julius Jones at Julius.Jones@va.gov or 501-918-1200.
    1377-01-135-6856; XW76; Cartridge, Actuated Pin Pusher
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting quotations for the procurement of the "Cartridge, Actuated Pin Pusher" under solicitation number N0010425NB052. This procurement involves critical safety items that require adherence to stringent quality control, compliance with military specifications, and robust quality assurance programs throughout production. The items are essential for military operations, emphasizing the importance of safety and reliability in ammunition systems. Interested contractors can reach out to Kyle J. Slusser at 717-605-3619 or via email at kyle.j.slusser2.civ@us.navy.mil for further details regarding the submission process and requirements.