Maintenance and Repair of Fire Alarm Systems - USAG Ansbach
ID: W912PB-25-R-3006Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMY0409 AQ HQ CONTRACTAPO, AE, 09114, USA

NAICS

Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance (811310)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- FIRE CONTROL EQUIPMENT (J012)
Timeline
    Description

    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.

    Files
    Title
    Posted
    This document is an amendment to a previously issued solicitation, identified as W912PB25R3006. The primary purpose of this amendment is to extend the deadline for submitting offers from January 31, 2025, at 12:00 PM to February 14, 2025, at 10:00 AM CET. The document specifies that all other terms and conditions of the original solicitation remain unchanged. The amendment comes from the Regional Contracting Office located in Grafenwoehr, Germany, and is administered by Contract Specialist Evelyn Butter, providing her contact information for any inquiries. The amendment outlines the required actions for contractors, including methods for acknowledging receipt of the amendment, emphasizing that failure to acknowledge it by the specified deadline may result in the rejection of the offer. Overall, the amendment serves to modify the timeline associated with the solicitation, ensuring that interested parties have adequate time to prepare and submit their offers while maintaining the integrity of the existing bidding process. This reinforces the importance of adhering to established procurement protocols under federal mandates.
    The document is an amendment to a solicitation for a contract, extending the response deadline and providing clarifications regarding vendor requirements. The key changes include an extension of the submission deadline from January 31, 2025, to February 21, 2025, along with answers to vendor inquiries about compliance with various standards and qualifications needed for bidding. Key points include the government's confirmation that bidders do not need to establish partnerships with certified manufacturers or obtain specific certifications (e.g., ISO 14001, ISO 9001) prior to submission but must comply with relevant standards post-award. The amendment also introduces revisions to the Performance Work Statement (PWS) and technical exhibits, which outline maintenance procedures and inventory requirements. The purpose of this document within the scope of government RFPs is to clarify requirements, ensure understanding among potential bidders, and facilitate fair competition while adhering to federal contracting regulations. This amendment serves to improve transparency and provide necessary updates regarding expectations and timelines for contract bidders.
    This document is an amendment to solicitation W912PB25R3006, detailing changes pertaining to a federal contract. The amendment is effective from February 12, 2025, and intends to modify the existing contract by replacing Technical Exhibit C – Maintenance Procedures with a revised version, dated February 11, 2025. Additionally, it updates the initial solicitation with a conformed copy due to revised language found in the Addenda section. The amendment clearly states that all other terms and conditions of the original contract remain unchanged. The document also provides contact information for the Regional Contracting Office and specifies the necessity for offerors to acknowledge receipt of the amendment, indicating that failure to do so may result in rejection of their offers. Overall, this amendment aims to ensure clarity and compliance in contract execution, aligning with typical procedures found in federal RFPs and modifications.
    The document outlines a Request for Proposal (RFP) for maintenance and repair services for fire alarm systems over a multi-year period, spanning from April 2025 to March 2030. The proposal includes various tasks classified under specific Contract Line Item Numbers (CLINs) and Estimated Line Item Numbers (ELINs), covering preventative maintenance, emergency repairs, regular repairs, and replacement parts. Each contract option highlights quantities and measures for each task, listing pricing in Euros. The document is structured into a base year and four options for extension, reflecting incremental increases in workload and pricing estimations. It emphasizes compliance with local fire safety standards and addresses the critical need for regular maintenance to ensure the operational integrity of fire alarm systems. Additionally, there are references to specific equipment and tasks necessary for effective fire safety management. Overall, this RFP seeks to procure reliable services to maintain fire safety systems, which are crucial for public safety in government facilities, underscoring the government's proactive approach to risk management and safety compliance.
    The Performance Work Statement (PWS) outlines the requirements for a non-personal service contract focused on the preventive maintenance and repair of fire alarm systems within the United States Army Garrison (USAG) Ansbach. It details the contractor's obligations to perform maintenance on various fire alarm equipment, ensuring compliance with applicable standards and laws, including those specific to Germany. The contractor is required to follow a quality control plan (QCP) and maintain regular communication with the government’s Contracting Officer and Representative (COR). Key tasks include scheduled preventive maintenance, emergency and routine repairs, inventory management, and personnel training. The contractor must also provide all necessary staff and equipment while adhering to safety and environmental regulations. The PWS sets measurable objectives for quality and timeliness, emphasizing performance-based and results-oriented work. This document is critical for securing a contractor to maintain fire safety systems efficiently, ensuring compliance with governmental regulations and safeguarding public safety within Army facilities.
    The Performance Work Statement (PWS) outlines the requirements for a non-personal service contract focused on the preventive maintenance and repair of fire alarm systems at U.S. Army Garrison (USAG) Ansbach. This renewal contract covers 7.4 million square feet and mandates compliance with various applicable federal, state, and local laws, including standards from DIN, VDE, and NFPA. The contract specifies that the contractor must provide scheduled and on-call services for fire alarms and associated systems, ensuring equipment is maintained according to established standards. Key objectives include maintaining operational safety and meeting quality control through a Quality Control Plan (QCP), which must be submitted for government approval. Contractors are required to ensure all personnel are properly trained and adhere to security protocols, particularly regarding installation access. The document emphasizes the necessity for comprehensive reporting of work performed, quality assurance, and timely communication with the Contracting Officer's Representative (COR). The contractor must also provide equipment, tools, and documentation efficiently throughout the contract duration, ensuring minimal disruption to USAG operations. Overall, this PWS facilitates high-quality fire alarm maintenance to ensure safety and regulatory compliance within military installations.
    This document outlines the maintenance procedures for Fire Alarm Detection Systems (FADS) and related components, emphasizing compliance with German regulations, UFC 3-601-02, and NFPA 72 standards. Key procedural elements include regular inspections, testing of alarm systems, and timely replacement of parts such as batteries and detectors. The document specifies protocols for addressing alarm system malfunctions, including immediate maintenance for systems indicating multiple trouble conditions. Various sections detail the inspection criteria and maintenance tasks for control panels, initiating devices, notification appliances, sprinkler systems, and clean agent systems. Additional requirements include ensuring proper operation of manual alarm stations and addressing deficiencies identified during inspections. Notably, there are specifications for testing and maintenance schedules, as well as proper disposal methods for hazardous materials used within the systems. The document serves as a critical reference for contractors tasked with maintaining fire protection systems under federal and state regulations, ensuring safety and compliance in fire alarm operations.
    The document outlines maintenance and inspection procedures for fire alarm detection systems and related equipment, following specific German regulations and international standards like NFPA 72. Key themes include thorough checks for various components such as smoke detectors, sprinklers, and fire extinguishers. Procedures emphasize the importance of identifying and addressing trouble conditions, ensuring consistent operability, and maintaining records of inspections and actions taken. Significant attention is paid to replacing life-limited components, disposing of outdated materials per regulations, and performing hydrostatic testing as needed. The document serves as a guide for contractors to ensure compliance with standards, maintain safety, and manage fire protection systems effectively. It underscores the necessity for structured maintenance protocols to enhance public safety and operational efficiency within firefighting and emergency systems.
    The document outlines the comprehensive maintenance procedures for Fire Alarm Detection Systems (FADS) and associated firefighting equipment, adhering to German regulations and international standards like VDE, UFC, and NFPA. It establishes protocols for regular inspection and maintenance of various system components, including detectors, panels, notification appliances, and extinguishing systems, ensuring they function correctly under diverse conditions. Key provisions include immediate corrective actions for alarm systems in trouble conditions and systematic testing protocols for manual alarms and smoke detectors. The procedures also encompass regular maintenance of sprinkler systems and fire hydrants, including winterization, functional checks, and repair services. Moreover, it details strict requirements for fire extinguishers, ensuring they are maintained, inspected, and tested every five years, including hydrostatic testing and proper disposal of overaged materials. Furthermore, the document elaborates on the maintenance of fire doors, fire curtains, and clean agents, illustrating the importance of safeguarding building safety and compliance with fire codes. Overall, these guidelines emphasize the critical nature of routine maintenance and inspections for effective fire safety management across government facilities, aligning with protocols for RFPs and grants relevant to public safety.
    The document outlines a detailed inventory of fire safety equipment installed at various military facilities, primarily within Katterbach Kaserne and Storck Barracks in Ansbach. The inventory includes multiple types of fire suppression systems, sprinkler heads, and fire alarms, along with their specifications, model numbers, serial numbers, locations, and remarks about maintenance status. Notably, certain systems, like specific fire alarms and suppression setups, are indicated as currently needing maintenance or being under contract with external service providers. The overarching purpose of this inventory is to provide a comprehensive overview of fire safety equipment, ensuring operational readiness while adhering to safety and compliance standards within these facilities. This aligns with broader governmental objectives for public safety and infrastructure management, as reflected in federal and local RFPs.
    The document outlines a comprehensive list of fire safety equipment and systems as part of federal and state/local Requests for Proposals (RFPs). The main focus is on ensuring thorough inspections, maintenance, and functioning of essential fire protection equipment. Key items include various types of foam systems, fire alarms, automatic suppression systems, sprinklers, and different classes of fire extinguishers. Each entry specifies a code for easy reference, such as 'FS' for foam concentration inspection and 'JW' for fire alarm systems. Preventative maintenance procedures, including hydrostatic testing and fire hydrant upkeep, are also included, highlighting the importance of regular inspections and safety measures. This technical exhibit serves as a vital resource for government entities and contractors to ensure compliance with fire safety regulations and enhance overall public safety in facilities seeking funding or support.
    The Facilities Maintenance Instruction by the Installation Management Command (IMCOM) outlines the Standard Operating Procedures for the management of maintenance and repair of Army facilities. It distinguishes between scheduled tasks, such as Preventive Maintenance Orders (PMOs) and Operational Work Orders (OWOs), and unscheduled tasks, including Demand Maintenance Orders (DMOs) and Project Work Orders (PWOs). The document clarifies various terms and their functions within the General Fund Enterprise Business System (GFEBS), detailing how maintenance works are categorized by urgency—Emergency, Urgent, or Routine. The guidelines emphasize that maintenance is essential for preserving facilities in optimal condition, while the role of contractors is defined primarily as executing approved work rather than initiating it. This instructional document is vital for ensuring operational efficiency within Army facilities, aiming to enhance communication regarding roles, responsibilities, and task prioritization. It serves as a foundational reference for contractors involved in facility maintenance and streamlines processes relating to performance measurements, work authorizations, and fiscal monitoring, contributing to overall mission effectiveness.
    The PM Schedule Ansbach document outlines planned maintenance for various fire protection systems across multiple military installations in Ansbach, Germany, from January 1 to March 31, 2011. The document identifies individual inventory items, including sprinkler heads, fire suppression systems, and fire alarms, specifying their locations, quantities, and the respective buildings within the installations. Key military facilities mentioned include Katterbach Kaserne, Shipton Kaserne, Storck Barracks Illesheim, and Barton Barracks. Each line item is classified by nomenclature and includes an INV_ID for inventory tracking purposes. The structured approach of data presentation enables efficient monitoring of maintenance schedules, crucial for ensuring compliance with safety regulations and operational readiness of the facilities. Overall, this document serves as a vital tool for coordinating project management efforts and maintaining fire safety standards across military properties.
    The document serves as a Work Certificate used in the context of service and maintenance tasks, detailing essential information regarding equipment repairs and inspections. It includes sections for work order numbers, dates, customer identification, technician signatures, and descriptions of both the failure and work performed. Key elements such as equipment type, invoice information, labor hours, and parts used are outlined to facilitate accurate billing and record-keeping. It also specifically references tasks associated with preventive maintenance and legal inspections per German regulations (DGUV V3). The overall structure of the certificate aids in tracking service details while ensuring compliance and providing a comprehensive overview of the maintenance conducted. This formalized documentation indicates a structured approach to managing service requests, catering to the specifications of both federal and local RFPs, ensuring clarity and accountability in the maintenance process.
    The document outlines required regulations and standards regarding various technical systems, primarily focusing on safety and compliance in installations such as compressed air generation, fire alarm systems, and water conditioning systems. It lists specifications derived from various national and European Union guidelines, including fire protection measures, hygiene training for water systems, and standards for lifting devices. Key components include directives on sprinkler systems, smoke and heat exhausts, and the handling of cooling equipment, all of which are vital for maintaining safety and compliance within government projects. The regulations reference numerous safety rules and ordinances, such as the Chemical-ozonosphere Regulation and Heating system ordinance, providing a comprehensive framework for adherence to required standards. This document serves to inform stakeholders about mandatory regulations that must be met in government-related RFPs and grants, ensuring that all technical systems align with established safety protocols and environmental standards.
    The document outlines a Request for Proposal (RFP) for the maintenance and repair of fire alarm systems at the U.S. Army Garrison Ansbach, Germany. The solicitation number is W912PB25R3006, and responses are due by January 31, 2025. The scope includes preventive maintenance, emergency repairs, routine repairs, and supply of replacement parts, with estimated labor hours and parts costs specified. Offerors must comply with various federal guidelines, including registration in the System for Award Management (SAM) and electronic invoicing through Wide Area Workflow (WAWF). To be eligible, bidders must demonstrate relevant certifications and experience in technical management of similar services, with evaluation based on lowest price technically acceptable criteria. The proposal must include documentation of past contracts, details about management qualifications, and compliance with specified technical requirements outlined in the Performance Work Statement (PWS). The document emphasizes adherence to federal laws, including telecommunications and employee rights compliance. This RFP reflects the U.S. government's commitment to ensuring high safety standards in military facilities through structured procurement processes.
    The document outlines a solicitation (W912PB25R3006) for maintenance, repair, and replacement services for fire alarm systems at USAG Ansbach, Germany. It includes a detailed schedule of supplies and services with specific quantities and pricing for various tasks over a multi-year contract, emphasizing preventive, routine, and emergency maintenance. Offerors must have active registration in the System for Award Management (SAM) to submit bids, with submissions due by 10:00 AM on February 21, 2025. The evaluation criteria prioritize technical acceptability and the lowest price, requiring proof of relevant experience and certifications for contract management positions. Options for extended service years are also outlined, alongside compliance requirements regarding telecommunications and business conduct. Overall, this solicitation aims to ensure reliable fire alarm system performance while adhering to federal procurement standards, emphasizing the importance of technical qualifications and cost-effectiveness in contractor selection.
    The document outlines a Request for Proposal (RFP) from the Regional Contracting Office for maintenance and repair of fire alarm systems at USAG Ansbach, Germany. The solicitation number is W912PB25R3006, and proposals are due by 10:00 AM on February 21, 2025. It includes contract requirements for preventive maintenance, emergency repair, routine repair, and the supply of replacement parts over a base year and multiple option years. Bidders must meet certain eligibility criteria, including an active System for Award Management (SAM) registration and compliance with various federal regulations regarding responsible business practices. The evaluation process will focus on the technical acceptability of proposals and total price, following a lowest price technically acceptable (LPTA) methodology. Key factors include required certifications, relevant experience, and supplier performance risk assessment. The documents also reference various clauses and provisions to be incorporated by reference, detailing requirements around telecommunications and subcontracting, among others. This RFP emphasizes the government's commitment to ensuring quality service through competitive contracting while supporting small business participation, including those owned by veterans and women.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Maintenance on Fire Pump and Fire Sprinkler System, Frankfurt, Germany
    Buyer not available
    The Department of State is soliciting proposals for maintenance services on the fire pump and fire sprinkler system at the U.S. Consulate General in Frankfurt, Germany. The procurement aims to ensure compliance with National Fire Protection Association (NFPA) codes and maintain essential safety systems within the consulate's facilities. This contract, identified as solicitation number 19GE5025R0047, will be a firm fixed-price agreement covering one base year and four optional years, with a total contract ceiling of $900,000 and a guaranteed minimum service order of $5,000. Interested contractors must submit their proposals by March 28, 2025, and can direct inquiries to Wencke Jacobsen at jacobsenw@state.gov.
    Maintenance on Grease and Starch Separators USAG Bavaria, Tower and Rose Barracks
    Buyer not available
    The Department of Defense, through the U.S. Army, is soliciting proposals for the maintenance and management of grease and starch separators at U.S. Army Garrison (USAG) Bavaria, specifically at Tower Barracks in Grafenwoehr and Rose Barracks in Vilseck, Germany. The contract, which spans from May 1, 2025, to April 30, 2030, includes tasks such as cleaning, inspecting, and ensuring compliance with environmental regulations regarding waste disposal and management. These services are crucial for maintaining operational efficiency and environmental standards at military installations. Interested contractors must register in the System for Award Management (SAM) and comply with specific qualifications, with proposals due by the solicitation deadline. For further inquiries, contact Anastasia Caldera at anastasia.n.caldera.civ@army.mil or by phone at 499641705268747.
    PKA - B549 Repair Multiple Fire Alarm Panels
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting bids for the "PKA - B549 Repair Multiple Fire Alarm Panels" project at Travis Air Force Base in California. This contract involves the design and construction services necessary to upgrade outdated fire alarm systems in Building 549, which includes the demolition and replacement of existing fire alarm control panels that are no longer serviceable. The project is critical for maintaining safety standards in federal facilities and ensuring effective emergency response capabilities. Interested contractors must submit their sealed bids by April 5, 2025, and can direct inquiries to SSgt Gabriel Sanderson at gabriel.sanderson@us.af.mil or MSgt Joshua Boak at joshua.boak@us.af.mil.
    Sprinkler Systems Maintenance & Repair - Tobyhanna Army Depot
    Buyer not available
    The Department of Defense is seeking a contractor for the maintenance and repair of sprinkler systems at the Tobyhanna Army Depot in Pennsylvania. This procurement involves a hybrid service contract that includes both firm fixed price and time and materials components, aimed at ensuring the operational integrity of 262 fire protection systems across various buildings. The selected contractor will be responsible for annual inspections, testing, maintenance, and minor repairs, adhering to NFPA standards and maintaining a physical presence on-site at least two days per week. Proposals are due following a site visit scheduled for March 20, 2025, and interested parties can contact Jessica McHugh at jessica.l.mchugh.civ@army.mil or by phone at 570-615-6125 for further details.
    Grease and Starch Separator Maintenance and Service USAG Bavaria Hohenfels
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for the maintenance and service of Grease and Starch Separator Systems at the United States Army Garrison (USAG) Bavaria in Hohenfels, Germany. The contract, identified by requisition number W912PB25RA008, encompasses a base year and four option years, running from May 1, 2025, to April 30, 2030, and includes tasks such as regular servicing, cleaning, and inspection of the separator systems, which are crucial for effective waste management and environmental compliance. Contractors must register in the System for Award Management (SAM) and utilize the Wide Area Workflow (WAWF) for invoicing, with a strong emphasis on adhering to federal acquisition regulations and promoting opportunities for women-owned small businesses. Interested parties should contact Anastasia Caldera at anastasia.n.caldera.civ@army.mil or (314) 526-8747 for further details.
    FY25 PN093304 Family Housing Replacement in Baumholder
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE) Europe District, is seeking contractors for the FY25 PN093304 Family Housing Replacement project in Baumholder, Germany. The project entails the design and construction of fifty-four new Army Family Housing units, including living areas, kitchens, bathrooms, and supporting facilities such as parking and landscaping, all adhering to DoD Antiterrorism standards and sustainability guidelines. This unrestricted procurement will utilize a Best-Value Acquisition Selection process, with the contract anticipated to be awarded as a Firm-Fixed-Price (FFP) contract, with a performance period of 1,820 calendar days post-notice to proceed. Interested parties should direct inquiries to Contract Specialist Isabella Busalacchi at isabella.e.busalacchi@usace.army.mil, with the solicitation expected to be released around February 2024.
    DESIGN-BUILD NSWCPD PACKAGE 2 ? B77-87 COMPLEX EMERGENCY EXIT AND EGRESS PATHWAY REPAIRS, B77-87 COMPLEX EMERGENCY LIGHTING AND EXIT SIGNAGE, B87 FA MNS UPGRADE, B77-87 COMPLEX SPRINKLER SYSTEM REPAIRS
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Command Mid-Atlantic, is soliciting proposals for the Design-Build NSWCPD Package 2 project, which includes critical repairs and upgrades to emergency exit pathways, lighting systems, and fire alarm systems at the Philadelphia Naval Yard Annex. The project aims to enhance safety and compliance with federal regulations by converting the existing fire alarm system into an integrated Fire Alarm and Mass Notification System, alongside necessary repairs to the sprinkler system. This initiative is vital for maintaining operational safety and infrastructure reliability within military facilities. Proposals are due by March 24, 2025, with a site visit scheduled for February 20, 2025; interested contractors can contact Brittany Cristelli at brittany.cristelli@navy.mil or 757-341-1978 for further information.
    Forest Skidders with Wildland Firefighting Equipment
    Buyer not available
    The Department of Defense, specifically the U.S. Army Garrison Ansbach in Germany, is soliciting proposals for the procurement of Forest Skidders equipped with Wildland Fire Fighting capabilities under solicitation number W564KV25R0002. The contract aims to acquire vehicles that meet stringent technical specifications, including compliance with safety standards such as NFPA 1906 and EN 1846, to enhance firefighting response capabilities for Army Fire Departments in Europe. These skidders will play a crucial role in emergency response operations, ensuring that military fire services are adequately equipped to handle wildland firefighting scenarios. Proposals are due by March 28, 2025, and interested contractors should contact Brandon Donalson at brandon.m.donalson.civ@army.mil or Ric Colon Acevedo at ricardo.colonacevedo.civ@army.mil for further information.
    NSWCPD -Bldg. 29 - Design Build Fire Alarm Repairs (Mass Notification System)
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center Philadelphia Division (NSWCPD), is soliciting proposals for the design and construction of a Fire Alarm and Mass Notification System (FA&MNS) repair at Building 29 in Philadelphia, Pennsylvania. This project is set aside for small businesses and has an estimated contract value between $500,000 and $1,000,000, with proposals due by April 3, 2025. The procurement emphasizes the importance of safety and compliance in government facilities, requiring contractors to demonstrate relevant experience, provide bonding, and adhere to stringent submission guidelines, including a valid NIST SP 800-171 assessment for cybersecurity. Interested contractors can reach out to primary contact Rishi Mathur at rishi.m.mathur.civ@us.navy.mil or secondary contact David Rhoads at david.a.rhoads8.civ@us.navy.mil for further information.
    FY19-20 Family Housing Improvements Baumholder
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE) Europe District, is seeking contractors for the FY19-20 Family Housing Improvements project at Smith Barracks in Baumholder, Germany. This project involves comprehensive renovations and modernization of Army Family Housing (AFH) buildings to meet current standards for junior enlisted families, including upgrades to kitchens, bathrooms, and energy efficiency systems, while ensuring compliance with safety and accessibility standards. The anticipated contract will be a Firm-Fixed-Price (FFP) Design Build contract, with a performance period of 1,325 calendar days following the notice to proceed. Interested contractors must register in the System for Award Management (SAM) and monitor the solicitation website for updates, with the solicitation expected to be released around May 2025. For inquiries, contact Betsy Weintraub at betsy.weintraub@usace.army.mil or Bjorn Hale at bjorn.hale@usace.army.mil.