GPO Fire Suppression System Upgrades
ID: 040ADV-24-Q-0035Type: Combined Synopsis/Solicitation
Overview

Buyer

UNITED STATES GOVERNMENT PUBLISHING OFFICEUNITED STATES GOVERNMENT PUBLISHING OFFICEAcquisition ServicesWashington, DC, 20401, USA

NAICS

Fire Protection (922160)

PSC

FIRE FIGHTING EQUIPMENT (4210)
Timeline
    Description

    The United States Government Publishing Office (GPO) is seeking to procure equipment for upgrading the fire suppression system at its Main Campus in Washington, D.C. The procurement aims to replace outdated components, including gate valves, check valves, flow indicators, and various types of sprinkler heads, with Original Equipment Manufacturer (OEM) parts to enhance fire protection across the campus. This upgrade is critical for ensuring compliance with federal safety standards and improving the overall effectiveness of the fire suppression system in a facility that spans four buildings totaling 1.6 million square feet. Interested vendors must submit their proposals by October 25, 2024, and are encouraged to direct inquiries to Gary Stevens at gstevens@gpo.gov or Troy White at twhite@gpo.gov, with a delivery requirement of all materials within 45 days post-award.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines a solicitation for the purchase of equipment to upgrade the fire suppression system at the U.S. Government Publishing Office (GPO) facilities. The primary focus is on contracting for specific components like gate valves, check valves, and sprinkler heads, emphasizing that only original equipment manufacturer (OEM) parts will be accepted. The government aims to award a Firm Fixed Price contract based on the Lowest Priced Technically Acceptable (LPTA) evaluation. A clear timeline is presented, with an offer due date of October 25, 2024, and a delivery requirement of all materials within 45 days post-award. Interested vendors must complete standard documentation, including System for Award Management (SAM) registration and proper invoicing procedures involving electronic funds transfer (EFT). Questions regarding the solicitation must be submitted in writing by October 16, 2024, to designated contacts. The structure includes sections on solicitation information, contract clauses, specifications, and submission instructions, ensuring compliance with federal regulations. The solicitation is part of the GPO's commitment to modernizing its facilities while meeting safety and operational standards, ultimately enhancing the efficiency and safety of its fire suppression systems.
    The document presents specifications for the FNW 150# UL FM Gate Valve, emphasizing its robust features and compliance with industry standards. This valve can withstand a cold working pressure of 300 PSI and operates within a temperature range of 32° to 175°F. Constructed from ductile iron with a stainless steel stem, it boasts a UL Listing and FM approval, ensuring reliability for municipal and industrial applications. Notable features include a pre-tapped bypass, grooved stem for tamper switches, and a fusion-bonded epoxy coating per ANSI/AWWA C550. The parts breakdown details materials used, such as stainless steel and EPDM for sealing, reinforcing the valve's durability. The document includes various valve sizes, their flow coefficients, and pressure ratings, showcasing performance metrics essential for engineering and procurement decisions. This valve is crucial for bidders in government RFPs and contracts where safety and compliance with waterworks standards are prioritized, making it relevant for both federal grants and local projects focused on infrastructure development. The product’s adaptability and robust design position it well for integration into municipal water systems.
    The document is a specification sheet for the 120U Cast Iron Swing Check Valve, outlining its features, material specifications, dimensions, and applications. The valve is ISO-9002 certified and includes flanged ends that conform to ANSI B16.1, making it suitable for various industrial applications. Key features include a resilient seat, fusion-bonded epoxy coating, and a bolted cover with a lifting eye. The specification details materials used for each component, such as cast iron for the body, disc, cover, and arm, with bronze and stainless steel used for other parts. It includes specific ASTM designations for material standards, ensuring compliance with industry norms. Dimensions for sizes ranging from 2 1/2" to 12” are provided, along with corresponding part numbers and weights, facilitating ordering and installation requirements. The document reflects the product's suitability for federal, state, and local government applications, emphasizing local compliance and global sourcing capabilities of Matco-Norca, the manufacturer. This is relevant for stakeholders seeking compliant and durable infrastructure components in government projects.
    The document presents specifications for a sight flow indicator manufactured by Dwyer Instruments Inc. The primary product detail is a 1-inch, 125 psi sight flow indicator, designated by master product ID 4123179, which is made of bronze and listed under various categories related to general instruments and accessories. The vendor's product code is SFI-100-1, and the document includes references to freight codes and product hierarchies relevant to procurement processes. Additionally, there is a caution note regarding the fitting size and material used. This document is aimed at integrating technical product information into government procurement processes, specifically within the context of federal and state/local requests for proposals (RFPs) and grants, ensuring that relevant entities can accurately identify and procure the specified product as part of their operational supplies. Thus, it serves as a detailed reference for compliance with purchasing requirements.
    The document provides specifications for the TY3531 1/2 inch Brass RFII 155 Quick Response Concealed Mount Sprinkler Head, designed for commercial applications and architecturally sensitive environments like hotels, offices, churches, and restaurants. The sprinkler features a decorative flat cover plate to conceal its structure, ensuring aesthetic appeal. Key attributes include a K-factor of 5.6, maximum pressure of 175 psi, and an operational temperature of up to 155°F. It is UL Listed, FM Approved, and has a material composition of brass. The default vendor is Tyco Fire Protection Products, emphasizing its relevance in government and commercial fire protection RFPs aimed at enhancing safety standards. Overall, the specifications highlight this product's suitability for integration into fire protection systems within various architectural designs, adhering to safety compliance regulations within federal and state frameworks.
    The document details the specifications for Victaulic® FireLock™ Series FL-QR quick response upright, pendent, and recessed pendent sprinklers. These products are categorized by their K-Factors, orientations, connection sizes, and maximum working pressures, indicating their suitability for various fire protection needs. The sprinklers feature a maximum working pressure of 175 psi (1200 kPa) and are available in multiple sizes and configurations, including upright and pendent orientations. Additional specifications include minimum operating pressures, hydrostatic test requirements, and available accessories like guards and wrenches. This technical document serves as a resource for entities involved in government RFPs, federal grants, or local tenders, assisting in the selection and installation of compliant fire protection solutions, thereby reinforcing safety standards in construction and renovation projects. The notation emphasizes adherence to proper installation practices and preparedness for safety compliance.
    The document outlines the specifications for Victaulic's FireLock™ Series FL-QR quick response sprinklers, including upright, pendent, and recessed models with various K-factors (2.8 to 8.0) and a maximum working pressure of 175 psi (1200 kPa). It addresses the product details such as connection types (1/2" NPT or 3/4" NPT), globe designations, and equivalent models. The fire sprinklers are designed to adhere to UL and FM standards, ensuring reliability in fire suppression systems. The document also mentions available guards/shields and wrenches for installation, along with factory hydrostatic testing at pressures up to 500 psi (3447 kPa). This information is essential for governmental contracting, particularly regarding compliance with safety and regulatory standards for installation in public and private facilities. Overall, it emphasizes the necessary specifications and operational requirements for stakeholders involved in fire safety implementations.
    The document pertains to a pricing proposal for the upgrade of the fire suppression system at the GPO Main Campus, specifically detailing the bill of materials (BOM). It outlines quantities and item descriptions related to various components necessary for the upgrade, which includes gate valves, check valves, flow indicators, and various types of sprinkler heads. Each line item indicates the quantity needed, but the unit and total prices are not filled in. The items are categorized by attachments, suggesting additional documentation accompanying the proposal. The compiled total extended price is also left blank, indicating that final pricing is yet to be determined. This documentation is part of a request for proposals (RFP) process which aims to solicit bids from potential suppliers for the specified fire suppression upgrades, ensuring compliance with safety regulations and standards.
    The document outlines the Bill of Materials (BOM) and pricing for the Fire Suppression System Upgrade at the GPO Main Campus. It details the quantities and unit prices of various components required for the project, including gate valves, check valves, flow indicators, and different sprinkler heads, each linked to corresponding attachments for additional information. The total extended price for all items required for the upgrade is yet to be filled. The purpose of this BOM is to provide a structured breakdown of materials needed for the fire suppression upgrade, integral to ensuring compliance with fire safety standards and regulations in federal facilities. This document serves as a crucial reference for bidding contractors to prepare accurate pricing in response to the government’s Request for Proposals (RFP).
    The GPO is seeking to upgrade the fire suppression system at its Main Campus in Washington, D.C., which encompasses four buildings totaling 1.6 million square feet. The current system requires updates to various components, including gate valves, check valves, flow indicators, and sprinkler heads, as they are either outdated or at the end of their lifecycle. The procurement aims to secure Original Equipment Manufacturer (OEM) components to enhance the reliability and effectiveness of fire protection across the campus. Key deliverables include 34 six-inch and 20 four-inch gate valves, 32 six-inch check valves, 60 Dwyer flow indicators, and 4,000 sprinkler heads (2000 concealed, 1500 pendent, and 1500 upright). The vendor responsible for this project must deliver the equipment to the designated GPO loading dock and coordinate delivery with the GPO Facilities Division. The document outlines responsibilities regarding equipment access, inspection for defects, and coordination points of contact. This procurement initiative aligns with federal standards for safety and fire protection, ensuring the GPO's facilities meet necessary operational and compliance requirements.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Fire Door Replacement
    Buyer not available
    The United States Government Publishing Office (GPO) is seeking proposals for the installation and replacement of fire doors at its facility in Washington, DC. The project requires compliance with NFPA 80 standards and mandates that the contractor provide all necessary labor, materials, and equipment to ensure the installation meets stringent safety requirements, including features such as self-closers and smoke seals. This procurement is crucial for enhancing workplace safety and ensuring compliance with federal regulations. Proposals are due by March 21, 2025, and the solicitation is set aside for women-owned small businesses (WOSB) and economically disadvantaged women-owned small businesses (EDWOSB). Interested parties should direct inquiries to Troy D. White at twhite@gpo.gov or Michaela Hendley at mhendley@gpo.gov.
    Fire Door Replacement
    Buyer not available
    The United States Government Publishing Office is seeking contractors for a Fire Door Replacement project located in Washington, D.C. The procurement involves the replacement of internal fire doors, which includes the demolition of existing doors and the installation of new ones, with specific requirements regarding the frame thickness of approximately 8¾ inches. This project is crucial for maintaining safety standards within government buildings, ensuring compliance with fire control regulations. Interested contractors must acknowledge the solicitation amendment by the specified deadline and can reach out to Troy D. White at twhite@gpo.gov or Michaela Hendley at mhendley@gpo.gov for further information.
    Command Center Console(s)
    Buyer not available
    The United States Government Publishing Office (GPO) is soliciting proposals for the procurement of Command Center Consoles and associated technology for a newly constructed Command Center dedicated to emergency operations. The project requires the installation of advanced command center operations consoles capable of supporting multiple monitors, conference room furniture with integrated technology, and server systems for radio communications, all aimed at enhancing communication and operational capabilities during crises. This procurement is critical for ensuring effective emergency response and aligns with federal objectives for public service workplaces. Interested vendors must submit their quotations by March 21, 2025, with the contract expected to be awarded shortly thereafter, and installation to be completed within 30 days post-award. For further inquiries, potential bidders can contact Willie Brame at wbrame@gpo.gov or Jasmin Webb at jwebb@gpo.gov.
    FY25 2HSJ Flag
    Buyer not available
    The United States Government Publishing Office (GPO) is soliciting bids for a printing contract to produce direct mail packages for the Marine Corps Recruiting Command, involving a total of 2,060,000 sets. The procurement includes the production of a close-faced envelope, an 8-page self-cover brochure, and two versions of reply cards, all printed in a four-color process with specific Pantone colors and an overall aqueous matte varnish. This contract is crucial for effective communication and outreach efforts by the Marine Corps, ensuring high-quality printed materials are delivered on time. Bidders must submit their proposals via email by January 30, 2025, and are required to comply with GPO standards, including detailed pricing and production capabilities, with inquiries directed to Theresa Nagel at tnagel@gpo.gov or by phone at 757-490-79403.
    Sprinkler Head Assemblies, NFES 0999
    Buyer not available
    The Department of Agriculture, specifically the Forest Service, is soliciting proposals for the fabrication, assembly, and delivery of 16,500 Sprinkler Head Assemblies (NFES 0999) as part of its procurement efforts through the Logistics Contracting Branch. This opportunity is exclusively set aside for small businesses under the NAICS code 332919, with a size standard of 750 employees, and emphasizes the need for quality and timely delivery of critical firefighting equipment to support national fire management initiatives. Proposals are due by March 13, 2025, with delivery required no later than August 29, 2025, at the Rocky Mountain Area Incident Support Cache in Lakewood, Colorado. Interested parties can contact Christopher Kirk at chris.kirk@usda.gov or (208) 616-5549 for further information.
    H342--Fire Suppression System Inspection and Maintenance
    Buyer not available
    The Department of Veterans Affairs is seeking qualified contractors for Fire Suppression System Inspection and Maintenance Services at the Dublin VA Medical Center, as outlined in Solicitation Number 36C24725Q0436. The procurement requires contractors to perform inspections, repairs, troubleshooting, and upgrades to fire suppression systems in compliance with applicable codes and regulations, including tasks such as hydrostatic testing and replacing sprinkler heads. These services are critical for ensuring the safety and functionality of fire suppression systems within the facility. Interested vendors must submit capability statements demonstrating their relevant experience by March 11, 2025, and should direct inquiries to Contracting Officer Terri Hudson at terri.hudson@va.gov, noting that this notice is for information gathering purposes only and does not guarantee a contract award.
    Envelopes for Federal Smart Card Credentials
    Buyer not available
    The United States Government Publishing Office (GPO) is seeking proposals for the procurement of envelopes specifically designed for federal smart card credentials. The contract encompasses various envelope types, including those with black security tint and double windows, with precise dimensions outlined in the specifications, which are critical for ensuring compliance and security in document handling. This procurement is essential for maintaining high security standards in the issuance of sensitive documents, with a contract period from May 1, 2025, to September 30, 2029, and a firm-fixed-price structure. Interested vendors should direct inquiries to Rebecca Nichols at rnichols@gpo.gov, with proposal submissions due by March 27, 2025.
    H342--Fire Pump Testing and Maintenance | Grand Junction VAMC
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for fire pump testing and maintenance services at the Grand Junction VA Medical Center, specifically targeting Service-Disabled Veteran-Owned Small Businesses (SDVOSB). The contract encompasses comprehensive inspection, testing, and maintenance of the fire pump system, adhering to National Fire Protection Association (NFPA) standards to ensure operational safety and compliance with federal regulations. This procurement is crucial for maintaining the functionality of fire protection systems within VA facilities, ultimately supporting the safety of veterans. The total award amount is capped at $19.5 million over a base year and four option years, with quotations due by March 18, 2025. Interested vendors should direct inquiries to Contract Specialist Jim Lewis at james.lewis114fbb@va.gov or call 303-712-5840.
    GASKET
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is soliciting quotations for the procurement of 30 gaskets (part number M-404-1) through Request for Quote (RFQ) 70Z08525Q40042B00. This procurement aims to establish a firm, fixed-price purchase order to support the Coast Guard's operational and logistical needs, ensuring vessel readiness and maintenance. Vendors must comply with military standards for packaging and delivery, and are required to have current registration in SAM.gov. Quotations are due by 1 PM EST on March 12, 2025, with delivery expected by March 31, 2025. Interested vendors can contact Jermaine Perkins at Jermaine.T.Perkins@uscg.mil or Daniel J. Nieves at daniel.j.nieves@uscg.mil for further information.
    42--INSTALL FIRE SUPPRESSION SYSTEM, ANJO
    Buyer not available
    The Department of the Interior, specifically the National Park Service, is preparing to issue a Request for Proposals (RFP) for a firm fixed price construction contract to install a fire suppression system at the Early Home within the Andrew Johnson National Historic Site in Greeneville, TN. This project will require contractors to provide all necessary resources to complete the installation in accordance with the provided Statement of Work and Drawings. The opportunity is set aside exclusively for small businesses under NAICS Code 238220, emphasizing the importance of fire safety equipment in historic preservation. Interested contractors should expect the solicitation to be available on SAM.gov around February 13, 2024, and must ensure they are registered on the System for Award Management. For further inquiries, contractors can contact Marilia Mateo at mariliamateo@nps.gov.