B550/555 Fire Alarm Detector Replacement
ID: FA302225Q0316Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA3022 14 CONS LGCACOLUMBUS, MS, 39710-0001, USA

NAICS

Security Systems Services (except Locksmiths) (561621)

PSC

INSTALLATION OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS (N063)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Defense, specifically the Department of the Air Force, is seeking contractors for the B550/555 Fire Alarm Detector Replacement project at Columbus Air Force Base in Mississippi. The project involves the removal and replacement of 128 existing CO/smoke detectors with new Multi-Criteria Low Profile Carbon Monoxide Detectors, including all necessary labor, materials, equipment, and transportation, to be completed within 45 days of contract award. This upgrade is crucial for maintaining safety and compliance with fire alarm system standards at the facility. Interested contractors must submit their quotes and capability statements by 12:00 PM CDT on August 15, 2025, and are encouraged to attend a site visit on August 7, 2025, with prior registration required by August 5, 2025. For further inquiries, contact McGil Jan Sabado at mcgil_jan.sabado.ph@us.af.mil or TSgt Ranie Boukzam at ranie.boukzam@us.af.mil.

    Files
    Title
    Posted
    This Statement of Work (SOW), created by Todd Pierce on February 20, 2020, outlines the requirements for replacing 128 existing CO/smoke detectors with new Multi-Criteria Low Profile Carbon Monoxide Detectors (FCO-951) in Buildings 550 and 555 at Columbus AFB, Mississippi. The project includes removal, installation, programming, and commissioning of the fire alarm system, to be completed within 45 days of award. The contractor is responsible for all labor, materials, equipment, transportation, and design efforts, ensuring compliance with all applicable codes, standards, and safety regulations (EM 385-1-1, OSHA). Work is scheduled Monday through Friday, 7:30 AM to 4:15 PM, with coordination required for occupied areas and utility connections. Daily site cleanup to prevent foreign object debris (FOD) is mandatory. The contractor must provide a one-year warranty on materials and labor, ensure continual alarm notification during work, and coordinate all acceptance testing with the Columbus Air Force Base Fire Department and Civil Engineering.
    This Statement of Work (S.O.W.) outlines the requirements for replacing 128 existing fire alarm detectors in Buildings 550 and 555 at Columbus AFB, Mississippi. The contractor is responsible for all design, labor, materials, equipment, transportation, programming, and commissioning, ensuring compatibility with the existing Honeywell Notifier 320 panel. Work hours are Monday through Friday, 7:30 AM to 4:15 PM, with potential for non-duty hours. The project must be completed within 45 days of award. The contractor must coordinate with the government for work plans and maintain continuous alarm notification. Safety protocols (EM 385-1-1, OSHA) and site cleanup are mandatory. A one-year warranty on materials and labor is required. All work must comply with applicable codes, standards, and manufacturer instructions, with installation supervised by qualified personnel (e.g., NICET Fire Alarm Level II certified).
    The document outlines mandatory federal acquisition regulations and clauses for government contractors, including those related to DoD, GSA, and other agencies. It details requirements for anti-terrorism awareness, whistleblower rights, and prohibitions on certain telecommunications equipment and business operations with specific regimes (Maduro, Xinjiang Uyghur Autonomous Region). Key clauses cover item unique identification and valuation, electronic submission of payment requests via Wide Area WorkFlow (WAWF), and offeror representations and certifications concerning business size, ownership (small, veteran-owned, women-owned, HUBZone, disadvantaged), and compliance with various acts like Buy American, Trade Agreements, and those concerning child labor. The document emphasizes supply chain security, responsible business practices, and accurate reporting to federal systems like SAM and WAWF.
    This government file is a Register of Wage Determinations under the Service Contract Act, specifically Wage Determination No. 2015-5157, Revision No. 27, with the last revision date of July 8, 2025. It outlines the minimum wage rates and fringe benefits for various occupations in specific Mississippi counties (Alcorn, Calhoun, Chickasaw, Choctaw, Clay, Itawamba, Lafayette, Lee, Lowndes, Monroe, Oktibbeha, Pontotoc, Prentiss, Tishomingo, Union, Webster). The document details that contracts entered into on or after January 30, 2022, or renewed/extended after this date, generally fall under Executive Order 14026, requiring a minimum of $17.75 per hour. Contracts awarded between January 1, 2015, and January 29, 2022, not renewed/extended after January 30, 2022, generally apply Executive Order 13658, with a minimum of $13.30 per hour. Both Executive Orders' minimum wage rates are subject to annual adjustments. The document also specifies fringe benefits, including health and welfare (with different rates for contracts covered by EO 13706), vacation accrual (2 weeks after 1 year, 3 weeks after 10 years), and eleven paid holidays. Special conditions are noted for computer employees, air traffic controllers, and weather observers, including night and Sunday pay differentials, as well as hazardous pay differentials (8% and 4% for varying degrees of hazard). Uniform allowance requirements are also detailed. The document concludes with the conformance process (SF-1444) for unlisted occupations, emphasizing that job duties, not titles, determine classification.
    This document, "DAFFARS Clauses FA302225Q0316 – Attachment 4," outlines key clauses for federal government solicitations and contracts, particularly for Department of the Air Force procurements. It addresses four main areas: the Ombudsman clause, the elimination of Class I Ozone Depleting Substances (ODS), health and safety on government installations, and contractor access to Air Force installations. The Ombudsman clause establishes a point of contact for resolving concerns from offerors, emphasizing that initial issues must go through the contracting officer and that the ombudsman's role is facilitative, not decision-making. The ODS clause prohibits contractors from using Class I ODS in products or services, listing specific banned substances like Halons and CFCs. The health and safety clause mandates contractors to take precautions and comply with AFOSH standards on government sites. Finally, the contractor access clause details requirements for obtaining base identification, vehicle passes, and compliance with security regulations, including participation in the Emergency Mass Notification System. These clauses ensure fair resolution of issues, environmental protection, personnel safety, and installation security in government contracts.
    The Columbus Air Force Base Entry Authorization Listing (EAL) form is a critical document for authorizing entry to the base, as per AFI 31-101 and AFMAN 31-108. It collects personal information to monitor visits, validate authorized entry, and notify sponsors of arrivals. While disclosure of information is optional, failure to provide it may result in denial of entry. The collected data can be shared with federal, state, or local agencies for investigative or enforcement purposes. Instructions require EALs to be submitted to the 14th Security Forces Squadron or Visitors Center at least three duty days prior to an event, with a maximum validity of six months. The form details the event, location, authorized entry gates, and contact information for the event's point of contact, along with a list of personnel including their names, driver's license numbers, states, SSNs, and dates of birth. An example entry for a "B550/555 Fire Alarm Site Visit" demonstrates how the form is filled out.
    The provided government file appears to be a list of measurements or dimensions, predominantly expressed in feet and inches (e.g., 10'-10", 3'-4"). While the specific context or purpose of these measurements is not explicitly stated within the document, in the context of government RFPs, federal grants, and state/local RFPs, such a file typically represents technical specifications, material lists, or dimensional requirements for a construction, renovation, or procurement project. The repeated appearance of certain measurements (e.g., 10'-10", 10'-11") suggests standardized elements or common components. Without additional information, it is impossible to determine the exact nature of the project (e.g., building dimensions, component sizes, infrastructure layouts). The document is a raw data set of lengths, likely intended for detailed planning, bidding, or execution phases of a government-funded initiative.
    The document, "B 555 1st Floor Plan," is a governmental file that likely pertains to federal, state, or local Request for Proposals (RFPs), grants, or other procurement processes. Its main purpose is to provide a detailed architectural or engineering drawing of the first floor of a building designated as "B 555." This type of document is crucial in government contracts as it outlines the physical layout, dimensions, and potentially the functional use of a specific area within a facility. It serves as a foundational reference for contractors, architects, and engineers involved in construction, renovation, or facility management projects, ensuring all parties have a clear and consistent understanding of the space. Such plans are essential for accurate bidding, project planning, and compliance with building codes and regulations.
    The document, an RFI (Request for Information) dated August 25, 2012, for project FA302225Q0316, addresses the B550/555 Fire Alarm Detector Replacement. It clarifies that the replacement involves a direct swap-out using existing wiring. Additionally, an amendment has been issued, updating the Statement of Work (SOW) to change the specified fire alarm panel from a Honeywell Notifier 320 to a Honeywell Notifier 3030. This RFI provides essential details for potential bidders, ensuring clarity on technical requirements and material specifications for the fire alarm system upgrade.
    The Statement of Work (S.O.W.) for the replacement of fire alarm detectors in Buildings 550 and 555 at Columbus Air Force Base outlines the project scope, responsibilities, and performance requirements. The contractor is tasked with replacing 128 existing CO/smoke detectors with compatible Multi-Criteria Low Profile Carbon Monoxide Detectors. All work must be completed within 45 days of the contract award, adhering to safety and utility guidelines while maintaining clean job sites. The contractor is responsible for all design efforts, ensuring compliance with relevant codes and standards, and for coordinating with the fire department as necessary. Installation includes labeling devices for maintenance and completing programming and commissioning in accordance with NFPA 72. A one-year warranty on materials and labor is required, ensuring quality and support post-project completion. This document emphasizes the government’s commitment to safety and code compliance in federal construction initiatives.
    The document FA302225Q0316 outlines the clauses incorporated by reference in government contracts, particularly emphasizing compliance regulations for federal solicitations. It includes key provisions such as anti-terrorism training, compensation disclosures for former DoD officials, and unique item identification protocols for delivered items exceeding specific monetary thresholds. Notable prohibitions are detailed against using covered telecommunications equipment tied to national security concerns and operations with the Maduro regime or in Xinjiang. Additionally, it mandates the electronic submission of payment requests via the Wide Area Workflow (WAWF) system for contract-related transactions. The document is structured into several sections, detailing both incorporated clauses and clauses in full text, enabling clear reference for contractors and subs to understand their obligations under federal acquisition guidelines. This comprehensive framework ensures that contractors adhere to stringent legal parameters while engaging in government procurement processes.
    The document outlines Wage Determination No. 2015-5157, Revision No. 27, issued by the U.S. Department of Labor under the Service Contract Act. It specifies minimum wage rates for various occupations in Mississippi, applicable to contracts subject to Executive Orders 14026 and 13658, emphasizing the requirement for contracts initiated or renewed after January 30, 2022, to pay a minimum of $17.75 per hour. The document details wage rates for diverse job titles, fringe benefits such as health and welfare, vacation, and holiday pay. It also addresses paid sick leave requirements under Executive Order 13706 and highlights additional worker protections and benefits. The conformance process for unlisted job classifications is provided, ensuring fair compensation and adherence to labor regulations. Overall, this wage determination ensures compliance with federal labor standards and protects the rights of workers in public contracts.
    The document outlines specific clauses from the DAFFARS relating to government contracts, particularly for the Department of the Air Force. Key clauses include the appointment of an ombudsman to address concerns from offerors, establishing confidentiality and maintaining resolution channels without altering existing timelines or processes. Another clause prohibits the use of Class I ozone-depleting substances in contracts, detailing specific harmful substances involved. Additionally, a health and safety clause mandates contractors to take precautions for personnel safety on government installations, with potential contract termination for non-compliance. Furthermore, a clause about contractor access outlines requirements for identification, vehicle passes, and security compliance for contractor personnel accessing Air Force installations. These guidelines ensure safety, environmental compliance, and structured communication in government procurement processes.
    The Columbus AFB Entry Authorization Listing (EAL) is a document used by Security Forces personnel to facilitate and monitor authorized entry for visitors to Columbus Air Force Base. The EAL collects personal information, such as names, contact details, and identification numbers, which are essential for coordinating entry and notifying visitor sponsors about arrivals. This information is stored either manually or digitally and is removed when no longer needed. Disclosure of this information is optional; however, failure to provide requested details may result in denial of entry. Records may also be shared with federal or state agencies involved in legal proceedings. The EAL must be submitted to the appropriate Security Forces unit at least three duty days before the event for processing. The document includes sections for event details, point of contact information, and visitor identification, ensuring an organized system for managing access to the installation for planned events.
    The provided government file is a placeholder document indicating that the proper content of a federal government RFP, federal grant, or state/local RFP could not be displayed. It suggests that the user's PDF viewer may not be able to render the document type and recommends upgrading to the latest version of Adobe Reader. The document also provides links for further assistance with Adobe Reader. It clarifies that this is not the actual content of a government solicitation but rather an error message related to file viewing. The file includes trademark information for Windows, Mac, and Linux.
    The provided document appears to be a technical notice indicating that the content could not be displayed due to compatibility issues with the user’s PDF viewer. The notice encourages users to upgrade to the latest version of Adobe Reader or offers assistance links for troubleshooting. This type of document typically serves as a gateway to federal government RFPs, grants, and local opportunities, ultimately aimed at ensuring that potential responders have access to the necessary resources to engage in government contracts or funding projects. However, without accessible content, the potential for engagement is significantly hindered, limiting stakeholders' ability to participate in federal and local initiatives. The notice emphasizes the importance of maintaining updated technology for accessing critical government information and resources.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Smoke Alarms
    Buyer not available
    The U.S. Department of State (DOS) is seeking industry input for a potential Blanket Purchase Agreement (BPA) to procure smoke alarms for U.S. Diplomatic Missions located overseas. The procurement aims to ensure compliance with safety standards, including UL217, CSFM, NFPA 72, NFPA 101, and ICC codes, and requires that all equipment be supplied from a single manufacturer (BRK) within fifteen business days of receiving a purchase order. This initiative is critical for maintaining fire safety in diplomatic facilities, and interested vendors are encouraged to submit their capabilities and relevant experience by December 9, 2025, at Noon (EST) to Theresa Hunt at huntt@state.gov.
    Hangar 3211 Fire Suppression Repair
    Buyer not available
    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.
    FIRE DETECTOR SYSTEM SENSING ELEMENT / 06F, C-130 HERCULES AIRCRAFT
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation, is seeking suppliers for the procurement of a Fire Detector System Sensing Element for the C-130 Hercules aircraft. This indefinite quantity contract (IQC) will cover a base period of five years, with an estimated annual requirement of 40 units, and delivery is expected within 218 days after order placement. The goods are critical for ensuring the safety and operational readiness of military aircraft, and the solicitation will be issued as an unrestricted procurement, with a reverse auction process conducted online. Interested vendors should register at DLA.ProcurExInc.com and can access the solicitation on or about November 19, 2025, via the DLA Internet Bid Board System (DIBBS). For further inquiries, contact Gladys Brown at gladys.brown@dla.mil or by phone at 445-737-4113.
    Renovation Bldg. 52, Kansas Air National Guard, McConnell AFB, Kansas
    Buyer not available
    The Department of Defense, through the Department of the Army, is seeking contractors for the renovation of Building 52 at McConnell Air Force Base in Kansas. This project involves the use of specific brand-name items to ensure compliance with standards for security alarm systems, fire alarm systems, utility meter readings, and direct digital controls systems. The identified brands include Advantar Alarm System, Notifier Fire Alarm System by Honeywell, and Schneider Electric products, which are critical for maintaining operational integrity at the base. Interested contractors can reach out to Jeri L. Halterman at Jeri.l.Halterman@usace.army.mil or by phone at 816-389-2198 for further details regarding the procurement process.
    Base Alarm Services - Los Angles Air Force Base
    Buyer not available
    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 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 systems and surveillance equipment. This service is crucial for ensuring the security and operational integrity of the base's security infrastructure. Interested parties must submit an eight-page narrative detailing their capabilities and company profile 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.
    Edwards AFB Fire Suppression Maintenance 2026
    Buyer not available
    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.
    D-21 Alarm System
    Buyer not available
    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.
    Replace Fire Alarm System for Buildings 15, 65, 68, 88, 90, & 93
    Buyer not available
    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--437-23-105 Replace Fire Alarm System 437-26-1-6690-0001
    Buyer not available
    The Department of Veterans Affairs, through Network Contracting Office 23, is soliciting proposals for the replacement of the fire alarm system at the Fargo VA Health Care System. This project involves the complete overhaul of the existing analog fire alarm system, which is at the end of its functional life, to a new digital, addressable voice notification system, including the installation of control panels, wiring, annunciators, and detectors across the campus. The importance of this upgrade lies in ensuring the safety and operational continuity of the facility, particularly in a healthcare environment. The estimated contract value ranges from $2 million to $5 million, with a performance period of 540 days from the Notice to Proceed. Interested bidders must submit their proposals electronically by December 18, 2025, and can direct inquiries to Contracting Officer Dwayne Brauch at dwayne.brauch@va.gov or by phone at 651-293-3039.
    Air Station Detroit Fire Suppression System Inspection
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified vendors to provide inspection and testing services for the fire alarms and suppression systems at Air Station Detroit, located at Selfridge ANGB in Michigan. This procurement involves a request for quotation (RFQ) under solicitation number 70Z03026QCLEV0006, which requires compliance with the attached Statement of Work (SOW) and is aimed at ensuring the operational readiness and safety of critical fire control equipment. The solicitation will be conducted through an online competitive reverse auction facilitated by Unison Marketplace, where interested sellers must submit their bids electronically. For further inquiries, vendors can contact Marketplace Support at marketplacesupport@unisonglobal.com or call 877-933-3243, with all bids due by the specified deadline.