ContractSolicitationTotal Small Business Set-Aside (FAR 19.5)

Fire Alarm System Upgrade/Replacement

DEPARTMENT OF COMMERCE 1305M325Q0090
Response Deadline
Aug 13, 2025
Deadline passed
Days Remaining
0
Closed
Set-Aside
Total Small Business Set-Aside (FAR 19.5)
Notice Type
Solicitation

Contract Opportunity Analysis

The Department of Commerce, specifically the National Oceanic and Atmospheric Administration (NOAA), is seeking qualified contractors for the upgrade and replacement of the fire alarm system at the Northeast Fisheries Science Center in Milford, Connecticut. The project involves the removal of existing fire alarm components and the installation of new addressable POTTER equipment, including panels, detectors, and wiring, across multiple buildings, including a Hazmat Shed. This upgrade is critical for ensuring the safety and compliance of the facility, as the existing system has shown deficiencies and a history of multiple trouble alarms. Interested parties must submit their offers by August 13, 2025, and are encouraged to direct any questions to Jenna Taulman at jenna.taulman@noaa.gov or Jacob Gray at jacob.gray@noaa.gov. The contract is set aside for small businesses, and adherence to the Service Contract Act wage determinations is required.

Classification Codes

NAICS Code
238210
Electrical Contractors and Other Wiring Installation Contractors
PSC Code
N063
INSTALLATION OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS

Solicitation Documents

13 Files
Attachment 2 POTTER Brand Technical Specifications.pdf
PDF7013 KBJul 29, 2025
AI Summary
The document outlines various fire safety products and systems developed by Potter Electric Signal Company, aimed at enhancing fire detection and alarm capabilities for commercial and industrial applications. Key products include the UD-2000 Digital Alarm Communicator Transmitter, PAD300-PHD Photoelectric Smoke/Heat Detector, and the PAD100-OROI One Relay One Input Module, each designed for compatibility with Potter's addressable fire alarm control panels. Features across these products include automatic communication to monitoring stations, customizable mounting, and diagnostic capabilities for proactive maintenance. Technical specifications emphasize the importance of installation guidelines, operating conditions, and the ability to connect multiple devices in a scalable fire alarm system. The document serves to inform potential buyers, likely including government entities and contractors involved in RFPs, about the functionalities and configurations of Potter’s products. This effort aligns with regulatory requirements ensuring effective fire safety measures in line with federal and state standards. Overall, Potter Electric's solutions provide comprehensive fire alarm management, promoting operational efficiency and safety compliance for various applications.
Attachment 1 Statement of Work - Milford Fire Alarm System Upgrades.pdf
PDF1396 KBJul 29, 2025
AI Summary
The Statement of Work (SOW) outlines the requirements for upgrading the Fire Alarm System at the National Marine Fisheries Service Laboratory in Milford, CT. The project necessitates the removal of outdated equipment, including an existing fire panel and detectors, and their replacement with addressable POTTER brand systems. Contractors are responsible for verifying site conditions, coordinating utility lockout procedures, and ensuring compliance with safety and installation standards. Key tasks include the installation of new fire alarm panels, detectors, pull stations, and wiring across several buildings, along with providing training for facility staff. Contractors must possess at least five years of relevant experience and adhere to applicable state and federal codes. The project timeline is set for completion within 60 days after receiving the notice to proceed. Rigorous quality control measures and safety protocols are emphasized, requiring a site superintendent during work hours and a comprehensive safety plan. Overall, this SOW reflects the government's commitment to maintaining safety standards and ensuring effective emergency response capabilities within the laboratory setting.
Attachment 3 SCA Wage Determination 2025-4113 Rev 32 dated 08July2025.pdf
PDF47 KBJul 29, 2025
AI Summary
The document outlines the Wage Determination under the Service Contract Act, issued by the U.S. Department of Labor, providing minimum wage rates and fringe benefits for various occupations in Connecticut. It specifies that contracts entered into or renewed after January 30, 2022, must pay workers at least $17.75 per hour as mandated by Executive Order 14026, while those under contracts awarded between January 1, 2015, and January 29, 2022, must meet a lower rate of $13.30 under Executive Order 13658, unless a higher wage is stated in the determination. The document provides detailed occupation classifications and corresponding wage rates, listing requirements for healthcare, administrative, automotive, food service, and technical positions, among others. Essential benefits include health and welfare, paid sick leave, vacation, and holiday provisions. It also addresses wage compliance processes for unlisted occupations and potential additional compensation for hazardous work. This wage determination is significant for federal RFPs and grants, ensuring fair labor standards for contracted workers.
Sol_1305M325Q0090_Amd_0001.pdf
PDF226 KBAug 8, 2025
AI Summary
This document outlines the amendment procedures for a solicitation and specifies requirements for submitting offer acknowledgments. It emphasizes the importance of acknowledging receipt of the amendment before the specified deadline, with options to submit via different methods, including letter or electronic communication. The amendment may allow changes to previously submitted offers, provided these changes are communicated appropriately before the deadline. The document includes sections for entering relevant information, such as contract ID codes and modification numbers. Key details include the extension of the quote deadline to July 30, 2025, due to the unavailability of site visits during the initial period. It indicates that subsequent amendments will confirm site visit arrangements and further extend the RFQ timeline. Overall, the document serves as a formal notice to contractors regarding procedural requirements and deadlines in relation to the solicitation process, ensuring clarity and compliance within federal procurement activities.
Sol_1305M325Q0090.pdf
PDF420 KBAug 8, 2025
AI Summary
The document outlines a solicitation for a Women-Owned Small Business (WOSB) concerning a federal contract for commercial products and services, specifically for the replacement of a fire alarm system at NOAA/NEFSC in Milford, CT. Key details include project specifications, timeline, and administrative requirements. The solicitation includes sections such as requisition, contract number, offer due date, and evaluation criteria for submissions, emphasizing responsiveness, quality, and past performance. The contract is set as firm-fixed-price, detailing the itemized list of supplies/services, quantities, and pricing structures. It also incorporates various contract clauses related to telecommunications services and accountability, invoking compliance with regulations such as the Defense Priorities and Allocations System (DPAS) and provisions against child labor. The document serves to inform prospective bidders of the submission requirements, assessment methods, and the importance of providing detailed past performance history, technical solutions, and alignment with government compliance criteria. Ultimately, it positions the solicitation within the context of federal contracting aimed at promoting equitable opportunities for women-owned small businesses.
Sol_1305M325Q0090_Amd_0002.pdf
PDF227 KBAug 8, 2025
AI Summary
This document is an amendment to a federal solicitation, identified by amendment number 0002, which extends the deadline for offers related to contract ID 1305M325Q0090 to August 8, 2025. It outlines the acknowledgment process for the amendment, requiring bidders to confirm receipt before the specified deadline to avoid potential rejection of their offers. A site visit is scheduled for July 31, 2025, at 11 AM ET, allowing interested contractors to examine the project site, although no questions will be answered during this visit. Bidders must submit questions in writing to designated contacts by August 4, 2025, with responses expected by August 6, 2025. The amendment emphasizes strict adherence to submission timelines and acknowledgment procedures, maintaining existing contract terms unless explicitly modified. Overall, it serves to clarify procedural requirements and timelines for participating in the bidding process for the specified federal contract.
Sol_1305M325Q0090_Amd_0003.pdf
PDF237 KBAug 8, 2025
AI Summary
Amendment 0002 to RFQ 1305M325Q0090 extends the deadline for offers to August 13, 2025, and provides answers to submitted questions, including supporting documents Appendix 1 and 2. It also details revisions to the "Supplies or Services and Price/Costs CLIN List" and the "List of Attachments" sections. The amendment outlines methods for offerors to acknowledge receipt, such as completing specific items, acknowledging on each offer copy, or sending a separate communication, emphasizing that failure to acknowledge by the deadline may result in offer rejection. Changes to previously submitted offers must also reference the solicitation and amendment numbers and be received by the new deadline. The document includes a standard form for amendment/modification, outlining various administrative and contractual changes, and ensures that all other terms and conditions of the original solicitation remain in effect.
SOW Appendix 2 - Milford floor plans.pdf
PDF2771 KBAug 8, 2025
AI Summary
No AI summary available for this file.
SOW Appendix 1 - Fire Alarm Inspection Report.pdf
PDF1755 KBAug 8, 2025
AI Summary
The annual fire alarm inspection at the Northeast Fisheries Science Center Milford CT Lab on January 10, 2023, revealed several deficiencies. Out of 176 total devices, 5 failed and 1 could not be inspected. Key failures include the FACP Panel Battery, which failed load testing and had an expired date code of August 2016, and three pull stations with broken or corroded covers. Additionally, a remote key switch was corroded and non-functional, and one heat detector could not be inspected due to the need for an elevator technician. The inspection, conducted by Chester Zebrowski of Johnson Controls North America, ensured that other critical devices like smoke detectors, annunciators, and audible/visible notification devices passed. The report details the inspection results per device type and outlines terms and conditions regarding liability and hazardous materials.
1305M325Q0090 Questions and Answers.pdf
PDF149 KBAug 8, 2025
AI Summary
This document, part of a federal government RFP (Solicitation #1305M325Q0090), addresses questions and answers regarding the replacement of an existing fire alarm system. The project involves a one-for-one replacement of all fire alarm devices, including horn strobes, pull stations, heat/smoke detectors, and the main fire alarm panel, with new addressable devices. The existing system is being replaced due to its non-addressable nature and a history of "multiple trouble alarms" over the past five years. The project mandates the use of existing wiring unless damaged. The document clarifies that there are no parking or building requirements, nor are there any special safety or installation requirements for production areas. It also confirms that the contract is subject to Department of Labor minimum wage standards. Critical information such as device counts and past inspection reports are available in attachments (Appendix #1) and floor plans in Appendix #2. As-built drawings of the current fire alarm system are not available. The project does not include expanding the system or connecting it to access or RTU shutdown systems, except for the seawater systems which cannot be shut down in the event of an alarm. Independent suppression systems are noted in Building #11 (HAZMAT SHED). All site visits are complete, and only the provided responses will govern the solicitation requirements.
Attachment 3 SCA Wage Determination 2025-4113 Rev 32 dated 08July2025.pdf
PDF47 KBAug 8, 2025
AI Summary
This government file details wage determinations under the Service Contract Act (SCA) for various occupations in Fairfield and New Haven Counties, Connecticut. It outlines minimum wage requirements based on Executive Orders 14026 ($17.75/hour) and 13658 ($13.30/hour) for 2025, depending on contract award or renewal dates. The document specifies fringe benefits, including health and welfare rates ($5.55/hour or $5.09/hour for EO 13706-covered contracts), vacation accrual (2-4 weeks after 1-15 years), and twelve paid holidays. Special conditions apply to computer employees and air traffic controllers/weather observers, including exemptions and night/Sunday differentials. Hazardous pay differentials (4% or 8%) and uniform allowance policies are also detailed. The document concludes with the conformance process for unlisted occupations, ensuring fair compensation and compliance with the SCA.
Attachment 2 POTTER Brand Technical Specifications.pdf
PDF7013 KBAug 8, 2025
AI Summary
This government file details various fire alarm system components manufactured by Potter Electric Signal Company, LLC, relevant for federal, state, and local RFPs and grants. The UD-2000 Digital Alarm Communicator is a DACT supporting two phone lines for communication to monitoring stations, using SIA-DCS or Ademco Contact ID protocols. The PAD300-PHD is a UL-listed analog addressable photoelectric smoke/heat detector with selectable sensitivity and fixed temperature settings. The PAD100-OROI is a one-relay, one-input module for monitoring Class B circuits and providing a Form C relay contact. The LED-16 Series offers remote LED annunciators for displaying alarm, supervisory, and trouble conditions for 16 zones. The PSN Series comprises power supplies (6 or 10 amps) with configurable outputs, Quadrasync functionality for strobe synchronization, and diagnostic LEDs. The S-24 & HS-24 Series provides low-profile strobes and horn/strobe combinations with selectable candela options and various tones. The PE-HN, PE-HS, PE-ST Series utilizes LED technology for energy-efficient horns, horn/strobes, and strobes with multiple candela and horn pattern settings. The PAD100-SLCE is an addressable loop expander allowing up to 31 additional loops, each supporting 127 devices. The PAD100-MIM is a micro input module for monitoring normally open dry contacts. The PAD300-DUCTR is an analog addressable duct smoke detector with integrated relay contacts. The PAD300-HD is an analog addressable heat detector with selectable fixed temperature and rate-of-rise options. All products emphasize compliance with UL standards and ease of installation.
Attachment 1 Statement of Work - Milford Fire Alarm System Upgrades.pdf
PDF1396 KBAug 8, 2025
AI Summary
This Statement of Work (SOW) outlines the requirements for fire alarm system upgrades at the Northeast Fisheries Science Center Milford CT Laboratory. The project involves removing existing Simplex fire alarm components and installing new addressable POTTER equipment or equivalent, including panels, detectors, pull stations, strobes, and wiring, in multiple buildings and a Hazmat Shed. The contractor must have at least five years of verifiable experience, provide licensed tradesmen, obtain all necessary permits, and be responsible for site safety, utility coordination, and debris disposal. A pre-bid site visit is recommended. The work must be completed within 60 calendar days of the notice to proceed, with a one-year warranty on labor and materials. The contractor is also required to provide two hours of training for facility personnel.

Related Contract Opportunities

Project Timeline

postedOriginal Solicitation PostedJul 17, 2025
amendedAmendment #1· Description UpdatedJul 24, 2025
amendedAmendment #2· Description UpdatedJul 29, 2025
amendedLatest Amendment· Description UpdatedAug 8, 2025
deadlineResponse DeadlineAug 13, 2025
expiryArchive DateAug 28, 2025

Agency Information

Department
DEPARTMENT OF COMMERCE
Sub-Tier
NATIONAL OCEANIC AND ATMOSPHERIC ADMINISTRATION
Office
DEPT OF COMMERCE NOAA

Point of Contact

Name
Jenna Taulman

Place of Performance

Milford, Connecticut, UNITED STATES

Official Sources