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

Buyer

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

NAICS

All Other Specialty Trade Contractors (238990)

PSC

MAINTENANCE OF OTHER ADMINISTRATIVE FACILITIES AND SERVICE BUILDINGS (Z1AZ)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Oct 18, 2024, 12:00 AM UTC
  2. 2
    Updated Oct 18, 2024, 12:00 AM UTC
  3. 3
    Due Nov 2, 2024, 11:30 PM UTC
Description

The Department of Defense, specifically 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 critical fire alarm infrastructure. 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 submit their bids by February 27, 2025, and are encouraged to contact William Tucker at william.tucker.32@us.af.mil or Toni Wasgatt at toni.wasgatt@us.af.mil for further information.

Point(s) of Contact
Files
Title
Posted
Feb 28, 2025, 12:05 AM UTC
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 the offers for a government solicitation (W50S7525BA010) aimed at repairing the base-wide fire alarm system for the California Air National Guard. It includes the names and business sizes of six offerors, along with their bid amounts, ranging from approximately $2.37 million to $5.42 million. The bids were opened on February 27, 2025, with a specified acceptance time and delivery requirements. It is confirmed that all offers were recorded as received in accordance with the solicitation. The contracting officer, Toni W. Wasgatt, validated the document, which includes an estimate for government comparison. This summary serves to encapsulate the proposals received for the fire alarm system repair project, ensuring transparency in the bidding process within governmental procurement practices.
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.
Feb 5, 2025, 1:05 PM UTC
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.
Feb 28, 2025, 12:05 AM UTC
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.
Feb 28, 2025, 12:05 AM UTC
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.
Feb 28, 2025, 12:05 AM UTC
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
Solicitation
Presolicitation
Similar Opportunities
Fire Alarm Maintenance
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for fire alarm maintenance services at Offutt Air Force Base in Nebraska. The project involves replacing and testing fire alarm control panels and devices in three buildings: Building 123, Building 441, and Building 584, ensuring compliance with safety standards and operational functionality. This procurement is part of a broader initiative to maintain secure facilities and is set aside for small businesses under the Total Small Business Set-Aside program, with an estimated contract value of $25 million. Interested vendors must submit their proposals by May 1, 2025, and can contact Morgan Hockaday at morgan.hockaday@us.af.mil or 402-232-5931 for further details.
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.
Fire Protection Repairs
Buyer not available
The Department of Defense, specifically the Department of the Army, is soliciting bids for fire protection repairs at the 130th Airlift Wing located at McLaughlin Air National Guard Base in Charleston, West Virginia. The project encompasses a range of fire prevention repairs, including flow testing hydrants, repairing sprinkler systems, and replacing fire alarm panels across multiple buildings, with a contract value estimated between $100,000 and $250,000. This initiative underscores the government's commitment to maintaining safety standards and enhancing fire protection infrastructure, with a contract period of 90 days following the issuance of a Notice to Proceed. Interested small businesses must submit their bids by April 28, 2025, and can direct inquiries to SSgt Jorden McCormick at jorden.mccormick@us.af.mil or Lt Col Sam Stuck at samuel.stuck@us.af.mil.
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.
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.
Z1DA--Project No. 610A4-20-107 - Replace Fire Alarm System.
Buyer not available
The Department of Veterans Affairs is seeking proposals for the replacement of the fire alarm system at the Fort Wayne Campus of the VA Northern Indiana Health Care System, under Project No. 610A4-20-107. This project, estimated to cost between $2,000,000 and $5,000,000, is specifically set aside for Service-Disabled Veteran-Owned Small Businesses and requires the installation of a nonproprietary fire alarm system, along with training for VA maintenance personnel. The work must be completed within 270 days from the notice to proceed, with proposals due by May 23, 2025, following a site visit on May 1, 2025. Interested contractors should direct inquiries to Contract Specialist Luke Turner at luke.turner@va.gov, ensuring compliance with all federal contracting regulations and wage determinations.
Fire Alarm Inspection
Buyer not available
The Department of Veterans Affairs is seeking qualified vendors to provide fire alarm inspection services at the Sepulveda and Los Angeles Ambulatory Care Centers in California. The procurement aims to ensure compliance with local regulations and standards set by the VA and The Joint Commission (TJC), emphasizing the importance of maintaining safety protocols within VA facilities. Interested parties must hold a California Contractor License for C10 (Electrical) and C16 (Fire Protection), possess a valid Los Angeles City Reg 4 Certification, and have experience with Siemens Fire Alarm Systems. The deadline for submitting bids is April 30, 2025, and interested vendors can contact Marco Ramos at marco.ramos1@va.gov or by phone at 562-766-2329 for further information.
Install Enunciators & Alarms, DLA Dist. All Bldgs.
Buyer not available
The Department of Defense, through the NAVFACSYSCOM Mid-Atlantic office, is soliciting proposals for the installation of enunciators and alarms across all buildings at Marine Corps Air Station (MCAS) Cherry Point, North Carolina, under Project No. 7264735. This project involves the demolition of existing alarm systems and the installation of new Federal Signal Model 350-120-30 horns and Sentrol magnetic switches, with a focus on enhancing safety systems within military facilities. The contract is set aside for small businesses, with an estimated value between $25,000 and $100,000, and proposals must be submitted by May 6, 2025, following compliance with federal regulations including the Davis-Bacon Act. Interested contractors should direct inquiries to Evan Dumke or Ericka J. Bishop before the cutoff date of April 28, 2025.
Amendment 0003 | N063--598-22-125 Repair/Replace Fire Alarm Systems - NLR/JLM
Buyer not available
The Department of Veterans Affairs is seeking proposals from qualified Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) for the repair and replacement of fire alarm systems at the Central Arkansas Veterans Healthcare System campuses in North Little Rock and Little Rock, Arkansas. The project, identified as N063--598-22-125, involves replacing the existing Edwards fire alarm system with an EST-4 programmable Fire Alarm Control Panel, ensuring minimal disruption to hospital operations while adhering to strict safety and security protocols. This procurement is crucial for maintaining high standards of patient and staff safety within VA medical facilities, with a contract value estimated between $2 million and $5 million. Interested offerors must submit their proposals by April 30, 2025, and can direct inquiries to Contract Specialist Julius Jones at Julius.Jones@va.gov.
Z--Fire and Intrusion Alarms Replacement
Buyer not available
The National Park Service, under the Department of the Interior, is preparing to issue an Invitation for Bid (IFB) for the Fire and Intrusion Alarm Replacement project at the Dayton Aviation Heritage National Historic Site in Dayton, Ohio. The project involves the removal of existing fire and intrusion alarm systems from five buildings and the installation of new wireless systems, with work expected to commence in June/July 2025. This project is significant for enhancing safety and security at a historic site, and it is set aside 100% for Total Small Businesses, with a contract value estimated between $250,000 and $500,000. Interested contractors should note that the official solicitation will be available in April 2025, and they must be registered in the System for Award Management (SAM) to be eligible for bidding; for further inquiries, contact Jarrod Brown at jarrodbrown@nps.gov or 234-571-7515.