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
    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
    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.
    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
    Base Alarm Services - Los Angles Air Force Base
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking small businesses to provide Base Alarm Services at Los Angeles Air Force Base (LAAFB). The procurement aims to establish a Firm-Fixed Price (FFP) contract for maintenance and repair of the base's alarm and CCTV systems, which includes tasks such as cleaning, scheduling, and troubleshooting network issues related to the alarm system and surveillance equipment. This opportunity is critical for ensuring the security and operational readiness of the base, requiring expertise in network configurations and maintenance of proprietary software and equipment. Interested parties must submit an eight-page narrative detailing their capabilities by responding to the sources sought notice, with questions due by December 15, 2025, to Lt Dorian Maynard at dorian.maynard.1@spaceforce.mil or TSgt Kenneth Sparks at kenneth.sparks.2@spaceforce.mil.
    Fire Alarm System Replacement, Mountain Home AFB
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for design-build services to replace the outdated fire alarm system at the Sagebrush Inn, Building 2320, located at Mountain Home Air Force Base in Idaho. The project requires the installation of a new addressable fire alarm system, including a comprehensive design, hazardous material surveys, and construction services, all in compliance with Unified Facility Criteria and relevant safety codes. This upgrade is critical to ensure the safety of the facility, which currently violates fire code requirements due to the lack of available replacement parts for the existing system. Interested contractors must submit their proposals by January 20, 2026, and can direct inquiries to primary contacts Cameron Smith and Taylor Inman via the provided email addresses. The estimated contract value ranges from $1 million to $5 million, with a performance period of 407 calendar days following the notice to proceed.
    Replace Fire Alarm System for Buildings 15, 65, 68, 88, 90, & 93
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors to replace the obsolete fire alarm systems in multiple buildings at the Central Alabama Veterans Health Care System located in Tuskegee, Alabama. This project aims to address significant safety risks posed by the current outdated systems, which include an antiquated fiber optic network and lack of campus-wide voice/alarm functionality, with an estimated contract value between $10,000,000 and $20,000,000 and a completion period of 365 days. The procurement is a 100% Set-Aside for certified Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), and interested contractors must be SBA-certified and registered in SAM. The solicitation (36C24726R0028) is expected to be posted around January 31, 2026, and for further inquiries, potential bidders can contact Kimberly D Devlin at kimberly.devlin@va.gov or Joyce Powers at joyce.powers1@va.gov.
    Y1DA--519-24-400-NRM Install Fire Alarm Bldg. 25
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting offers for a construction project to install a new fire alarm system in Building 25 at the West Texas VA Healthcare System in Big Spring, TX. The project involves replacing the existing Honeywell fire alarm system with a Siemens system, ensuring compatibility with the existing infrastructure and adherence to various safety codes and standards. This upgrade is crucial for maintaining a reliable fire safety system across the campus, with a contract set aside for 100% Service-Disabled Veteran Owned Small Businesses (SDVOSB). Quotes are due by January 2, 2026, at 10:00 AM CST, and interested contractors should submit their proposals electronically to Eileen.Myers@va.gov, with the estimated contract value between $250,000 and $500,000.
    Y1DA--437-23-105 Replace Fire Alarm System 437-26-1-6690-0001
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting bids for the replacement of the fire alarm system at the Fargo VA Medical Center under Solicitation Number 36C26326B0004. This project, designated as Project Number 437-23-105, is specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and is estimated to cost between $2 million and $5 million, with a performance period of 540 calendar days. The work involves comprehensive upgrades to the existing fire alarm system, ensuring compliance with VA Fire Protection Manual standards and various NFPA codes, while addressing environmental concerns such as asbestos management. Interested contractors must submit their proposals via email to Contracting Officer Dwayne Brauch by December 18, 2025, at 10:00 AM (CT), following a pre-bid site visit and Q&A process outlined in the solicitation documents.
    Edwards AFB Fire Suppression Maintenance 2026
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the Fire Suppression Maintenance contract at Edwards Air Force Base (AFB) for the year 2026. This contract encompasses the testing, maintenance, and repair of the pre-action fire suppression system at the Benefield Anechoic Facility, Building 1030, ensuring compliance with NFPA and UFC standards, with a total potential contract value of approximately $19.5 million over a five-year period. The procurement includes specific recurring tasks across multiple quadrants, with contractors required to utilize boom lifts for high-ceiling inspections and adhere to various federal regulations and standards. Interested vendors must submit their quotes by December 15, 2025, and are encouraged to attend a site visit on November 24, 2025, with prior registration required. For further inquiries, contact Jamil Minosa at jamil.minosa.2@us.af.mil or Abel Alcantar at abel.alcantar.1@us.af.mil.
    ALARM-MONITOR GROUP
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting bids for the procurement of the ALARM-MONITOR GROUP, which involves the manufacturing of specialized alarm, signal, and security detection systems. The contract aims to fulfill the requirements for the production and quality assurance of these systems, with an emphasis on compliance with specific military standards and documentation. These systems are critical for ensuring operational readiness and safety within naval operations. Interested contractors should note that the solicitation includes an option for increased quantity and requires government source inspection, with all inquiries directed to Logan Mann at LOGAN.W.MANN.CIV@US.NAVY.MIL or by phone at 717-605-1381. The procurement process is expected to follow standard federal contracting timelines, and interested parties should prepare to submit their proposals accordingly.
    D-21 Alarm System
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, intends to award a contract for the D-21 Alarm System upgrade and training at Travis Air Force Base (AFB) in California. This procurement is aimed at enhancing the alarm, signal, and security detection systems, with Monaco Enterprises identified as the sole source for this upgrade. The successful implementation of this system is crucial for maintaining security and operational readiness at the base. For further inquiries, interested parties can contact Jordan David Burrus at jordan.burrus@us.af.mil or William Rife at william.rife.1@us.af.mil, with phone numbers 707-424-7725 and 707-424-7753, respectively.
    Hangar 3211 Fire Suppression Repair
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors for the Hangar 3211 Fire Suppression Repair project at Joint Base McGuire-Dix-Lakehurst in New Jersey. This project involves the demolition and removal of an existing High Expansion Foam fire suppression system and fire alarm system, followed by the installation of a new mass notification fire alarm and HEF system, along with related incidental work. The project is critical for ensuring the safety and operational readiness of the hangar, and it will be conducted in an occupied building, requiring careful coordination to minimize disruption. Interested parties, particularly Service-Disabled Veteran-Owned Small Businesses, should contact Kristen Rodgers at kristen.rodgers.1@us.af.mil or 609-754-4690 for further details.
    Repair Fire Alarm | Wilkes-Barre VAMC
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking contractors to perform repair services on the fire alarm system at the Wilkes-Barre Veterans Affairs Medical Center (VAMC) in Pennsylvania. This procurement is aimed at ensuring the functionality and safety of fire control equipment, which is critical for maintaining a secure environment for veterans and staff. The opportunity is part of a limited sources justification process, and interested parties can reach out to Nicholas Guzenski at nicholas.guzenski@va.gov or by phone at 570-824-3521 x24886 for further details. The notice is posted in compliance with FAR 5.301(a)(2)(i), and additional information can be found in the attached Limited Sources Justification document.