146 CES Repair Base Wide Fire Alarm System
ID: W50S7525BA010Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW7MX USPFO ACTIVITY CAANG 146PORT HUENEME, CA, 93041-4011, USA

NAICS

Electrical Contractors and Other Wiring Installation Contractors (238210)

PSC

MAINTENANCE OF OTHER ADMINISTRATIVE FACILITIES AND SERVICE BUILDINGS (Z1AZ)

Set Aside

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

    The Department of Defense, specifically the Department of the Army, is soliciting bids for the repair of the Base Wide Fire Alarm System at the 146th Airlift Wing of the California Air National Guard. This project, classified under NAICS code 238210 for Electrical Contractors, aims to enhance safety and operational efficiency by upgrading the existing fire alarm systems across multiple buildings. The contract is set aside for small businesses, with an estimated budget ranging from $1 million to $5 million, and a performance period of up to 458 calendar days following the notice to proceed. Interested contractors must acknowledge the solicitation amendments and submit their bids by February 27, 2025, at 1:00 PM PDT, with inquiries directed to William Tucker at william.tucker.32@us.af.mil or Toni Wasgatt at toni.wasgatt@us.af.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines responses to various Requests for Information (RFIs) regarding a project involving the upgrade of fire alarm and mass notification systems across multiple buildings at a military base. Key topics include the flexibility in construction schedules, the necessity for minimizing disruptions to base operations, and guidelines for the installation and functionality of new systems, particularly focusing on escort procedures for contractor access. The document confirms that existing systems will be replaced, clarifies installation specifications, and mandates adherence to safety codes while allowing for alternative designs under certain conditions. It provides insights into the responsibilities of contractors, such as ensuring compliance with sound intelligibility criteria, conducting background checks for unescorted access, and clarifying the required technical specifications for devices and systems. Additionally, the document emphasizes coordination with existing infrastructure and the importance of adhering to regulations while managing updates to communication systems. This project underscores the importance of systematic planning within government contracts to ensure coherent execution amidst operational constraints and compliance with regulatory standards.
    The document outlines a federal solicitation for bids (W50S7525BA010) focused on the repair of base-wide fire alarm systems at the 146th Airlift Wing, California Air National Guard. This project seeks non-personal construction services, requiring bidders to provide labor, materials, tools, and supervision as outlined in the specified documents. Bids must comply with set conditions, including a pre-bid conference scheduled for January 2025, and submission requirements such as a bid bond and guarantees. The total estimated value of the project is between $1 million to $5 million, with a set-aside for small businesses under the North American Industry Classification System (NAICS) code 238990. Contractors must complete the work within stipulated periods after receiving the notice to proceed and are advised that contract awards will only occur once funding is appropriated. The solicitation insists on adherence to federal regulations, including construction wage rate requirements and proper procurement protocols, ensuring all bidders are registered in the System for Award Management (SAM). This document encapsulates the procedural and legal framework necessary for potential contractors to navigate the federal bidding process effectively.
    The given document appears to be an unintelligible and corrupted fragment, lacking coherent content or clear messages pertaining to government RFPs, grants, or state/local procurement processes. As such, it does not present a definitive topic or structured arguments. Ideally, a government file regarding RFPs would encompass detailed descriptions of funding opportunities, project requirements, eligibility criteria, and application guidelines aimed at potential bidders or grantees. Therefore, without meaningful information to extract or summarize, it is impossible to capture any essence or key ideas from this document. Further clarification or a cleaned version of the document would be necessary to perform a proper analysis and summary.
    The government solicitation W50S7525BA0100001 seeks bids for the "Repair Base Wide Fire Alarm Systems" project at the 146th Airlift Wing of the California Air National Guard. This Invitation for Bids (IFB) is set aside entirely for small businesses, with an estimated project cost of $1M to $5M, and requires contractors to provide all necessary labor and materials for system repair. Prospective bidders must submit sealed bids by 1:00 PM on February 27, 2025, with a mandatory pre-bid conference scheduled for January 28, 2025. To comply with bidding requirements, bidders must provide a bid bond and complete various forms, including the Standard Form 1442. It is essential for bidders to register on the System for Award Management (SAM) website to access secured documents and participate fully. The contract will be awarded based on the most advantageous price to the government, contingent upon the availability of funds, which are anticipated to be allocated before contract execution. Safety and regulatory compliance are emphasized, particularly regarding access to the installation during site visits. The document outlines important actions for bidders, including adherence to representation and certifications and instructions about amendments, inquiries, and the consequences of late submissions.
    The document outlines Amendment 0001 for the solicitation W50S7525BA010, concerning the Repair of Base Wide Fire Alarm Systems. Key changes include a revision of the NAICS code to 238210 (Electrical Contractors), updated wage determinations, and an extension of the bid opening date to February 27, 2025, at 1:00 PM PDT. The amendment maintains all previously stipulated terms while elaborating on the project's financial scope, estimated between $1M and $5M, and its complete small business set-aside classification. Acknowledgment of this amendment is required to avoid the rejection of offers. Specific wage rates applicable under various classifications, including electricians, carpenters, and laborers, are also detailed, with additional compensation adjustments for work in specific locations. This document is crucial for prospective bidders to understand the requirements, timelines, and compensation associated with this federal contract. The outlined stipulations ensure compliance with federal regulations, particularly concerning labor standards and procurement processes.
    The document presents a solicitation (W50S7525BA0100002) for bids on a construction project aimed at repairing the base-wide fire alarm systems at the 146th Airlift Wing of the California Air National Guard. It outlines the requirements for bid submission, specifying a firm-fixed-price contract intended for small businesses. Key elements include the need for performance and payment bonds, a pre-bid conference, and a requirement for a bid bond. The project budget ranges from $1 million to $5 million, with a construction performance period of up to 458 calendar days after receiving a notice to proceed. Notably, funds are expected to become available before contract award, aligning with the National Guard's priority list, and an award will be given based on the most advantageous price. The document emphasizes the importance of registering with the System for Award Management (SAM) for accessing secure bidding information and outlines detailed instructions for bidders, including joint venture requirements and pre-bid inquiries. The solicitation highlights various federal regulations and clauses that govern the contract, ensuring compliance with construction wage rates and small business considerations. This solicitation serves as a formal invitation for contractors to participate in a significant refurbishment project within government guidelines.
    This government document details an amendment to a solicitation for construction services, specifically for repairing the Base Wide Fire Alarm Systems at the 146th Airlift Wing. The amendment specifies that the bid submission deadline remains unchanged, while providing essential updates such as the closure of the RFI window, updates to the wage determination, and amendments to various sections of the documentation. It emphasizes that bidders must acknowledge receipt of the amendment and outlines the necessary bid package components, including compliance with specific forms and provisions. The solicitation is set aside for small businesses, and any inquiries or clarifications must be directed in a structured manner to maintain the integrity of the bidding process. The document overall serves to keep bidders informed and ensure compliance with federal bidding regulations and requirements.
    Lifecycle
    Title
    Type
    Similar Opportunities
    XTLF 18-1012 Repair Fire Alarm F542
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the repair of the fire alarm system at facility F542. This project falls under the Commercial and Institutional Building Construction category and aims to ensure the safety and functionality of critical electrical and electronic equipment components. The procurement is set aside for small businesses, emphasizing the government's commitment to fostering small business participation in federal contracting. Interested contractors should acknowledge the amendment outlined in the associated document and ensure compliance with federal regulations, with key contacts being Leeanna Nelson at leeanna.nelson@us.af.mil and Thomas Patton at thomas.patton.1@us.af.mil for further inquiries.
    Fire Station Alerting System
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals from small businesses for the design, delivery, installation, and training of a Fire Station Alerting System at Fairchild Air Force Base in Washington. The project aims to replace aging infrastructure at two fire stations, requiring the contractor to provide all necessary equipment, installation services, and training to ensure a fully functional alerting system that meets specific operational requirements. This procurement is crucial for enhancing emergency response capabilities and maintaining operational readiness for personnel at the base. Interested vendors must submit their quotes referencing RFQ FA462025QA921 by February 27, 2025, and are encouraged to contact Brandon Teague at brandon.teague.1@us.af.mil or Angelo Bolanos at angelo.bolanos@us.af.mil for further inquiries.
    NSWCPD | B542 Fire Alarm Repairs (Mass Notifications)
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center Philadelphia Division (NSWC PD), is seeking qualified contractors for the B542 Fire Alarm Repairs (Mass Notifications) project in Philadelphia, Pennsylvania. This procurement involves electrical contracting services specifically aimed at repairing and maintaining fire alarm systems, which are critical for ensuring safety and compliance within government-operated facilities. The contract is set aside for small businesses under the SBA guidelines, with the NAICS code 238210 indicating the industry focus on electrical contractors and wiring installation. Interested parties should reach out to Rishi Mathur at rishi.m.mathur.civ@us.navy.mil or David Rhoads at david.a.rhoads8.civ@us.navy.mil for further details, as the presolicitation notice indicates a commitment to small business participation in this important project.
    Replacement of fire alarm initiating devices and wires
    Buyer not available
    Presolicitation DEPT OF DEFENSE DEFENSE LOGISTICS AGENCY is seeking a contractor to replace fire alarm initiating devices and wires in Building 100, DLA Distribution San Joaquin CA (DDJC), Tracy Site, Tracy CA 95304. The contractor will replace existing Apollo-Series software protocol devices with new Velociti-Series addressable devices, replace conventional initiating circuit copper wiring with new addressable communication cables, replace fire sprinkler flow & tamper switches monitor modules with new Velociti-series addressable devices, replace manual pull stations with new Velociti-series addressable stations, replace smoke, duct & heat detection devices with new Velociti-series addressable devices, provide all device circuit terminations, final connections, testing, labeling, submittals, as-built drawings, test reports, guarantees, closeouts, and programming of all devices. The work must be completed within 120 calendar days from receipt of the Notice to Proceed (NTP). The acquisition is set-aside 100% for Small Business concerns. The NAICS Code for this procurement is 238210. The small business size standard is $15,000,000. The magnitude of this construction effort is between $250,000.00 and $500,000.00. The tentative timeframe for issuance of Invitation for Bid (IFB) SP3300-16-B-0009 is on or around July 30, 2016. Prospective offerors must be registered in the System for Award Management (SAM) Database at http://www.sam.gov.
    Maintenance and Repair of Fire Alarm Systems - USAG Ansbach
    Buyer not available
    The Department of Defense is soliciting proposals for the maintenance and repair of fire alarm systems at the U.S. Army Garrison Ansbach in Germany. The contract encompasses preventive maintenance, emergency repairs, routine repairs, and the supply of replacement parts, ensuring compliance with federal and local safety standards. This procurement is critical for maintaining operational safety and regulatory compliance within military facilities, reflecting the government's commitment to high safety standards. Proposals are due by 10:00 AM on February 21, 2025, and interested parties should contact Evelyn Butter at evelyn.butter.ln@army.mil for further information.
    Fire Alarm BPA Fort Drum NY
    Buyer not available
    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.
    Repair Fire Detection System Bldg. 1850
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors to repair the fire detection system at Building 1850 located in Chicopee, Massachusetts. This procurement is aimed at ensuring the safety and operational readiness of the facility by upgrading and maintaining its fire detection capabilities. The work falls under the NAICS code 238210, which pertains to electrical contractors and other wiring installation contractors, and is classified under the PSC code Z2JZ for repair or alteration of miscellaneous buildings. Interested small businesses are encouraged to reach out to the primary contact, Douglas P. Fortin, at douglas.fortin.1@us.af.mil or by phone at 413-557-2513, or the secondary contact, Ewa Gosselin, at ewa.gosselin@us.af.mil or 413-557-2828, for further details regarding this total small business set-aside opportunity.
    163rd ATKW Fire Protection Multiple Buildings
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for fire protection services across multiple buildings at the 163rd Airlift Wing located in Santa Rosa Valley, California. This procurement is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and aims to ensure the maintenance and repair of fire control equipment, which is critical for the safety and operational readiness of military facilities. Interested vendors should note that the primary contact for this opportunity is David Moreno, who can be reached at david.moreno.34@us.af.mil or by phone at 951-655-5461, with a secondary contact available as well. Further details regarding the solicitation process and deadlines will be provided in the official solicitation documents.
    Sources Sought Announcement - Fire Alarm Control Panels - Pavement & Maintenance Facility, Grand Forks AFB, ND
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, Omaha District, is seeking potential suppliers for Monaco brand fire alarm control panels for the construction of a Pavement and Maintenance Facility at Grand Forks Air Force Base in North Dakota. The procurement aims to standardize fire alarm systems across multiple locations, enhancing technician expertise and reducing operational inefficiencies, with an estimated project budget between $25 million and $100 million. This initiative is critical for ensuring compliance with safety standards and effective emergency communication, as outlined in the detailed specifications for the fire alarm and mass notification system. Interested vendors must submit their capability statements by February 14, 2025, and can contact Scott Dwyer at Scott.Dwyer@usace.army.mil or 402-995-2584 for further information.
    Replace CO Detectors
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for the replacement of carbon monoxide (CO) detectors at Fairchild Air Force Base in Washington. The project involves the removal of 24 existing smoke detectors and the installation of new multisensor smoke/carbon monoxide detectors, ensuring compatibility with the existing fire alarm system and compliance with NFPA regulations. This initiative is critical for maintaining safety standards within federal facilities and is set aside for small businesses under NAICS code 561621. Interested vendors must submit their proposals by February 25, 2025, and can direct inquiries to Brandon Teague at brandon.teague.1@us.af.mil or Evan Maddox at evan.maddox@us.af.mil.