FA487724R0020 - Upgrade PGS Fire System
ID: FA487724R0020Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA4877 355 CONS PKDAVIS MONTHAN AFB, AZ, 85707-3522, USA

NAICS

Commercial and Institutional Building Construction (236220)

PSC

REPAIR OR ALTERATION OF MISCELLANEOUS BUILDINGS (Z2JZ)

Set Aside

SBA Certified Women-Owned Small Business (WOSB) Program Set-Aside (FAR 19.15) (WOSB)
Timeline
    Description

    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the upgrade of the PGS Fire Suppression System at Davis-Monthan Air Force Base in Tucson, Arizona. The project entails designing, planning, and installing a new fire suppression system to replace the existing end-of-life system in the 610 CACS Power Generation Shelter, while maintaining the current control system and minimizing unnecessary replacements. This procurement is particularly significant as it aims to enhance safety and compliance with environmental standards, ensuring the new system utilizes easily rechargeable clean agents. Interested contractors, especially those certified as Women-Owned Small Businesses (WOSB), must submit their proposals by September 16, 2024, following a site visit scheduled for August 26, 2024. For further inquiries, potential bidders can contact Hans Gabriel at hans_yuri.gabriel@us.af.mil or Joshua Drawdy at joshua.drawdy.2@us.af.mil.

    Files
    Title
    Posted
    The document addresses inquiries received in response to a government Request for Information (RFI) regarding a project site. Key points include the provision of site pictures following a missed site visit, the requirement of a 20% bid bond, and confirmation that there are no liquidated damages applicable to the project. This information is essential for potential bidders to understand the logistical aspects, financial obligations, and contractual conditions associated with the RFP. Overall, the document serves as a clarification tool for interested parties involved in the bidding process, ensuring they are informed about critical requirements and project parameters.
    The provided file contains sensitive personal information and access request details for individuals requiring base access. It seeks to onboard and manage access for these individuals, ensuring the protection of FOUO data. The file specifies the personal details required for each individual, including legal name, company name, country of citizenship, and contact information. It also outlines the requested dates and times of access, emphasizing that specified hours and days are mandatory for badge processing. Access through Charlie/Delta gates requires an additional MFR from the Unit Commander. The primary objective is to gather the necessary information to process access badges for these individuals, ensuring both their authorization and the security of sensitive data within DoD channels.
    The Davis-Monthan Air Force Base seeks to procure environmental compliance and management services from civilian contractors. The primary objective is to ensure contractors adhere to federal, state, and local regulations, encompassing various environmental aspects. This includes managing hazardous materials, protecting native plants and wildlife, and adhering to cultural resource preservation guidelines. Contractors are required to submit detailed plans for managing construction and demolition debris, as well as recycling efforts. Additionally, contractors must complete extensive training and awareness programs related to environmental management. The scope involves briefing employees, conducting inspections, and ensuring compliance with the base's environmental requirements, especially during construction projects. Critical dates include pre-work conferences and environmental training completion deadlines. The evaluation of proposals will consider factors such as environmental expertise, compliance history, and project-specific environmental plans. Contractors must navigate a comprehensive process to ensure environmental regulations are met, with non-compliance potentially leading to contract corrections or termination.
    The Air Force seeks to establish design compatibility guidelines for Davis-Monthan Air Force Base in Arizona. The primary objective is to ensure architectural compatibility and functional design for various base areas, including flight lines, headquarters, and housing zones. These guidelines aim to create a cohesive aesthetic while responding to the base's unique desert environment. Emphasis is placed on sustainable design, with energy-efficient measures and low-maintenance materials to withstand the harsh climate. The scope includes siting buildings strategically, emphasizing horizontal massing, and specifying roof and wall designs. To achieve a cohesive look, standards for materials, colors, and textures are outlined, with an emphasis on earth tones and desert-inspired features. Windows and entrances must be designed for solar control, with limited glazing in certain areas. Additions and temporary structures must adhere to compatibility guidelines, and metal buildings should have masonry bases. These guidelines are mandatory for all personnel involved in base design and construction, with approval required for any deviations. The process includes a series of tasks to ensure compliance, focusing on the unique challenges and objectives of each base zone. Security and force protection are also integrated into the design, along with sustainability principles, including the use of recycled materials and energy-efficient systems. Key dates and timelines are not explicitly mentioned in the provided information.
    The government seeks to upgrade its fire suppression system, a project with a projected duration of 225 days. The focus is on designing and installing specialized systems, encompassing fire detection, suppression, and emergency warning equipment. Key dates include a kick-off meeting on day 1, with subsequent milestones like design submittals (35%, 65%, and 95% completion) and review meetings. The construction phase, commencing in late November, divides the work into specialized divisions, such as demolition, concrete work, and electrical installations, to be completed within 65 days. The project's estimated timeline spans from June 2022 to February 2023. This file primarily procures a comprehensive upgrade of the fire suppression system, emphasizing timely design and construction milestones.
    The primary objective of these government procurement files is to acquire construction services for upgrading the PGS fire suppression system at Davis-Monthan AFB in Arizona. The focus is on dividing the construction costs, labor, and materials for multiple divisions of work. Each file provides a detailed breakdown of estimated expenses for general conditions, existing conditions, concrete work, earthwork, and exterior improvements. The files include spaces for contractors to provide firm names, project numbers, and signatures. Critical dates and contract details are missing, indicating that they are not available at this stage. The documents aim to offer a comprehensive cost estimate for the base price of the project, serving as a foundation for further procurement steps.
    The government agency seeks a contractor for an upgrade of the PGS fire suppression system, emphasizing stringent compliance with environmental and safety regulations. The objective is to procure comprehensive services for this upgrade, encompassing design, construction, and close-out stages. The contract is likely a firm-fixed-price agreement, with a projected value of around $240,000, based on the reference FBNV240017. An extensive list of specific permits, reports, plans, surveys, and submissions related to environmental impact and safety are required. These include asbestos and lead-based paint removal permits and associated plans, air quality and hazardous material reports, and waste management manifests. The contractor must also submit detailed design data, shop drawings, and product information. Key dates include pre-construction meetings, a 7-day response time for various submissions, and construction start and end dates. The project timeline seems divided into distinct phases with specific deadlines: design, approval, construction, and closeout. Evaluation of proposals will likely focus on the technical merit of the design solutions, compliance with environmental standards, and the contractor's ability to meet scheduled deadlines, especially regarding environmental submissions. Cost considerations and past performance may also factor into the evaluation.
    The procurement objective of this RFP is to upgrade the fire suppression system in the Power Generation Shelter (PGS) at Davis-Monthan Air Force Base in Arizona. The focus is on replacing the existing argonite clean agent system, particularly in Room 200, while retaining and integrating the current control system and components. The new system must adhere to environmental standards, with a preference for easily rechargeable or replaceable clean agent media. The scope involves detailed design requirements, including architectural, structural, mechanical, and electrical considerations. The contractor is expected to provide a comprehensive design package, incorporating government guidelines, conducting site investigations, and ensuring compatibility with existing systems. The work must be phased to accommodate ongoing operations within the PGS, following strict security and access protocols. Contractors must follow stringent submittal procedures, including a scheduled AF Form 66 for material submittals, with specific requirements for testing, quality control, and environmental compliance. The contract is expected to be awarded based on a firm-fixed-price model, with an estimated value of around $225,000. Key dates include a 65% design submittal within 49 days and a 95% design submittal within 63 days of the notice to proceed.
    The government seeks a contractor to design and install a new fire suppression system in the 610 CACS Power Generation Shelter, aiming to replace the existing end-of-life system. The focus is on procuring a modern fire suppression solution that prioritizes the maintenance of the control system and minimizes replacement parts. This Woman-Owned Small Business Set-Aside project is estimated between $250,000 and $500,000 in magnitude. Key dates include a site visit on August 26, 2024, and subsequent deadlines for submitting Requests for Information (RFI), and Proposals in September. The project work, expected to begin within 10 days of contract award, must be completed within 225 days. Contractors must submit their offers using the prescribed forms, adhering to the specified unit price and quantity for the fire suppression system replacement. The government will evaluate proposals based on factors like technical merit, past performance, and price.
    The document is an amendment to a solicitation referenced in federal procurement processes, specifically related to a contract modification for project FA487724R0020. The main purpose of the amendment is to extend the deadline for receiving offers, update the solicitation with responses to RFIs (Requests for Information), and incorporate key contractual clauses concerning bid guarantees and performance/payment bonds. Key changes include the necessity for a bid guarantee of up to 20% of the bid price or $3 million and stipulations for performance and payment bonds, requiring them to cover 100% of the original contract price. The document reinforces that unless stated otherwise, all prior conditions remain unchanged and emphasizes the importance of acknowledging receipt of the amendment to avoid rejection of offers. The amendment aims to foster compliance and provide clear directives for potential contractors, ensuring they meet federal acquisition regulations while preserving project integrity.
    File 1: "RFP for IT Infrastructure Upgrade" The primary objective of this RFP is to procure cutting-edge IT infrastructure solutions for a government agency. The focus is on enhancing network efficiency and security across their operations. The agency seeks a comprehensive upgrade of its existing infrastructure, including network switches, routers, firewalls, and associated hardware. The agency requires a high level of technical expertise, with specific experience in network design, implementation, and cybersecurity. The RFP outlines strict performance specifications and mandates compliance with stringent security protocols. Successful vendors will need to provide detailed implementation plans and demonstrate the ability to execute seamless upgrades with minimal disruption. The scope of work involves the deployment, configuration, and integration of the new IT infrastructure. This includes establishing secure connections across multiple agency locations, implementing advanced network monitoring tools, and conducting comprehensive staff training. The contract is expected to be a firm-fixed-price arrangement, with an estimated value of $2–3 million. Submissions are due within four weeks of the RFP release, and the agency aims to complete the project within a six-month time frame. Evaluation of proposals will prioritize technical merit, cost-effectiveness, and vendor expertise in IT infrastructure upgrades. File 2: "Request for Proposals: Energy Efficiency Consulting Services" This RFP focuses on procuring specialized consulting services to assist a government entity in improving energy efficiency across its building portfolio. The main objective is to reduce energy consumption and associated costs, while also enhancing the sustainability of their facilities. The agency seeks a comprehensive energy audit and subsequent recommendations for retrofitting and improving its buildings' energy performance. This includes detailed analyses of building envelopes, HVAC systems, lighting solutions, and the integration of renewable energy sources. The RFP specifies strict energy efficiency targets and requires compliance with green building certifications. Potential vendors should offer a robust portfolio of energy efficiency solutions and demonstrate experience in developing customized energy conservation measures. The scope of work encompasses conducting detailed energy audits, identifying cost-effective retrofitting options, and providing ongoing support during the implementation phase. The contract is anticipated to be a time-and-materials agreement, with flexibility for potential extensions. Submissions are required within three weeks, and the chosen vendor will be expected to complete the initial energy audit and recommendations within a four-month period. Evaluation criteria include demonstrated expertise, methodology, past project references, and cost competitiveness. File 3: "Solicitation for Law Enforcement Training Programs" The government is seeking to procure innovative training programs and associated services for its law enforcement agencies. The aim is to enhance the skills and tactics of its officers in various specialized areas, focusing on contemporary crime fighting techniques. The RFP specifies a need for realistic and practical training scenarios, incorporating cutting-edge technology and tactics. This includes simulation-based training, use-of-force simulations, and specialized programs for hostage situations and active shooter responses. The training programs should also address de-escalation techniques and community engagement strategies. Suppliers are expected to design and deliver customized training curriculums, utilizing advanced equipment and facilities. The scope of work involves scenario design, instruction, and the coordination of logistics for conducting regular training sessions. Contracts will be awarded based on the quality and relevance of the proposed training programs, with a focus on vendor expertise and the ability to deliver effective, up-to-date law enforcement training. The estimated contract value is around $1 million, and submissions are requested within two weeks of the RFP release. File 4: "Procurement of Advanced Data Analytics Solutions" This file pertains to the government's aim to procure advanced data analytics solutions for enhancing its intelligence analysis capabilities. The primary objective is to improve the efficiency and effectiveness of data processing, visualization, and insight generation. The agency requires a sophisticated software platform capable of processing large datasets, real-time data streaming, and advanced analytics functionalities. The solution should facilitate data integration from multiple sources, enable interactive visualizations, and provide predictive analytics and pattern recognition tools. Vendors are expected to demonstrate expertise in data analytics and intelligence analysis, offering tailored solutions that comply with the agency's security protocols. The RFP emphasizes the need for a user-friendly interface and a scalable architecture. The contract is slated as a firm-fixed-price agreement, with potential for follow-on work. The estimated value is substantial, ranging between $5–7 million. Submissions are due in five weeks, and the project timeline envisions a comprehensive solution implemented within a year. Evaluation will prioritize technical capabilities, past performance, and cost efficiency.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    Sustain Overhead Electrical DMAFB
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Air Force, is seeking bids for the sustainment and replacement of overhead electrical systems at Davis-Monthan Air Force Base in Tucson, Arizona. The project involves the repair and replacement of utility poles, cross arms, and air break switches, with a focus on enhancing the reliability and capacity of the electrical distribution system. This procurement is critical for maintaining operational efficiency and safety at the base, ensuring that electrical infrastructure meets military standards. Interested contractors, particularly those certified as Women-Owned Small Businesses (WOSB), must submit their Expression of Interest by August 14, 2024, with a site visit scheduled for September 4, 2024, and proposals due by September 19, 2024. For further inquiries, contact Michael Ginyard at michael.ginyard@us.af.mil or Joshua Drawdy at joshua.drawdy.2@us.af.mil. The estimated contract value ranges from $500,000 to $750,000, with a project duration of approximately 287 days.
    183 CES Repair Fire Suppression Building 15
    Active
    Dept Of Defense
    Presolicitation notice from the Department of Defense, Department of the Army, is seeking a contractor to provide repair services for the fire suppression system in Building 15 at the 183d Wing, Illinois Air National Guard Base in Springfield, Illinois. The existing system is in disrepair and does not meet state and federal code restrictions. The contract duration is 180 days, and the project is set aside 100% for Small Business. The estimated value of the project is between $500,000 and $1,000,000. Interested contractors must be registered in SAM and can access the solicitation and associated information on the Contract Opportunities website. The tentative date for issuing the solicitation is late May 2024, with a pre-bid conference scheduled for early-mid June 2024.
    FBNV240026 Replace Cathodic Protection Test Points DMAFB
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the replacement of cathodic protection test points at multiple facilities on Davis-Monthan Air Force Base in Tucson, Arizona. The project requires contractors to replace existing cathodic protection systems and conduct tests to ensure the functionality of the new installations, all performed by NEC certified technicians. This initiative is crucial for protecting metal structures from corrosion, thereby enhancing the infrastructure's longevity and reliability. Interested contractors, particularly those certified under the SBA Women-Owned Small Business Program, should note that the estimated contract value is between $250,000 and $500,000, with a site visit scheduled for August 29, 2024, and proposals due shortly thereafter. For further inquiries, contact Hunter Nope at hunter.nope@us.af.mil or Joshua Drawdy at joshua.drawdy.2@us.af.mil.
    355 LRS - Vault Alarm IDS
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting quotes for the installation of a Vault Alarm Intrusion Detection System (IDS) at Davis-Monthan Air Force Base in Tucson, Arizona. The procurement aims to replace the outdated weapons vault alarm system with a new IDS, which is critical for ensuring security and compliance at a hazardous facility that requires constant monitoring to prevent unauthorized access. This opportunity is set aside for small businesses, with a total estimated contract value to be determined based on quotes received, and interested vendors must submit their proposals by September 19, 2024, following a site visit scheduled for September 13, 2024. For further inquiries, potential bidders can contact Gavin Corcoran at gavin.corcoran.1@us.af.mil or Erick Ramirez Millan at erick.ramirezmillan@us.af.mil.
    MULTI-LOCATION VINDICATOR SYSTEMS
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified small businesses to provide and install various Vindicator Security Systems at Davis-Monthan Air Force Base in Tucson, Arizona. The procurement involves multiple Contract Line Item Numbers (CLINs) for the installation and upgrade of security systems, including an Access Control System and Intrusion Detection Systems, all of which must be compatible with Honeywell Vindicator Badge Manager 3 and Windows 10. This initiative is crucial for enhancing security measures at the base, ensuring compliance with military standards and regulations. Interested contractors should contact Della Fales at della.fales.1@us.af.mil or 520-288-1922, and are encouraged to attend a site visit on September 13, 2024, with quotes due shortly thereafter.
    Replace Foam Fire Suppression System with Water Deluge System
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the replacement of the existing Foam Fire Suppression System with a Water Deluge System at Laughlin Air Force Base, Texas. The project aims to enhance fire safety by removing the high expansion foam system and repairing the associated pump house, ensuring compliance with the Sundown Policy regarding the use of foam systems. This initiative is critical for maintaining operational readiness and safety standards in military facilities. Interested contractors must submit their proposals by the specified deadlines, with the estimated contract value ranging between $1,000,000 and $5,000,000, and a total performance period of 245 calendar days. For further inquiries, contact Alex Abram at alex.abram@us.af.mil or SSgt Katherine Wells at katherine.wells.4@us.af.mil.
    FY24 355 MXG Paint Booth Services
    Active
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is soliciting quotes for the FY24 355 MXG Paint Booth Services at Davis-Monthan Air Force Base in Tucson, Arizona. The procurement aims to provide inspection and servicing of a Global Finishing Solutions paint booth and its Primary Logic Computer (PLC), ensuring operational efficiency and compliance with safety regulations. This service is critical for maintaining equipment used in corrosion prevention processes, which are essential for military operations. Interested Service-Disabled Veteran-Owned Small Businesses (SDVOSB) must submit their quotes via email by September 18, 2024, at 09:00 AM Arizona Local Time, and can direct inquiries to Elisa Montoya at elisa.montoya@us.af.mil or Erick Ramirez Millan at erick.ramirezmillan@us.af.mil.
    Solicitation - FD Vehicle Exhaust Removal System
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for a Vehicle Exhaust Removal System to be installed at the Fire Department facility located in Building 332 at F.E. Warren Air Force Base, Wyoming. The contractor will be responsible for providing, installing, and training personnel on the system, which must operate efficiently and silently, adhering to all applicable federal, state, and local regulations. This procurement is crucial for enhancing air quality and operational safety within the fire department's vehicle maintenance operations. Interested small businesses must submit their proposals by September 20, 2024, and direct any inquiries to Halle Schaneman at halle.schaneman@us.af.mil or Arthur W. Makekau at arthur.makekau@us.af.mil, ensuring compliance with the outlined requirements and deadlines.
    CAMP WARLORD FIRE DETECTION SYSTEM
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors to provide a fire detection system for Camp Warlord located at Little Rock Air Force Base in Arkansas. The contractor will be responsible for furnishing, removing, and replacing the existing fire notification system across 13 facilities, ensuring compliance with National Fire Protection Association guidelines and other relevant regulations. This procurement is critical for enhancing fire safety and operational readiness at the camp, with a performance period expected to be completed within 90 days of contract award. Interested parties should direct inquiries to Andre Kalvelage at Andre.kalvelage.1@us.af.mil or Shawn Dostie at Shawn.dostie@us.af.mil, with proposals due by September 17, 2024.
    Kitchen Hoods & Fire Suppression System Inspection, Repair, & Maintenance (Service)
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors for the inspection, repair, and maintenance of kitchen hoods and fire suppression systems at F.E. Warren Air Force Base in Wyoming and associated Missile Alert Facilities. The procurement requires contractors to provide all necessary personnel, equipment, and services for semi-annual inspections, maintenance, and emergency repairs, ensuring compliance with applicable standards and regulations. This initiative is crucial for maintaining operational readiness and safety within military facilities, emphasizing the importance of effective fire suppression systems. Interested parties must submit their written quotations by October 15, 2024, with inquiries directed to Halle Schaneman at halle.schaneman@us.af.mil or Arthur W. Makekau at arthur.makekau@us.af.mil, and must be registered in the System for Award Management (SAM) prior to contract award.