PKA - B549 Repair Multiple Fire Alarm Panels
ID: FA442725R0012Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA4427 60 CONS LGCTRAVIS AFB, CA, 94535-2632, USA

NAICS

Commercial and Institutional Building Construction (236220)

PSC

REPAIR OR ALTERATION OF OFFICE BUILDINGS (Z2AA)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Mar 6, 2025, 12:00 AM UTC
  2. 2
    Updated Mar 27, 2025, 12:00 AM UTC
  3. 3
    Due Apr 22, 2025, 6:00 PM UTC
Description

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. The project involves the design and construction services necessary to upgrade outdated fire alarm systems, including the demolition and replacement of existing components, with a contract value estimated between $500,000 and $1,000,000. This initiative is crucial for maintaining safety standards in federal facilities and ensuring effective emergency response capabilities. Interested contractors must submit their proposals by April 22, 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.

Point(s) of Contact
Files
Title
Posted
Mar 27, 2025, 6:06 PM UTC
The document pertains to the submission and management of federal grants, RFPs, and state/local RFPs across various governmental levels. It discusses the importance of adhering to specific guidelines and protocols in the proposal process to ensure compliance with federal regulations. Key points include the necessity for applicants to demonstrate their capability in managing funds, meeting project objectives, and maintaining accountability throughout the project lifecycle. The structure encourages thorough documentation of plans, timelines, and budgets to facilitate transparent evaluation by grant officers. The focus is on fostering effective partnerships between government entities and applicants to achieve shared goals in public service and community development. This process underscores the significance of strategic alignment, performance metrics, and continuous improvement in project execution for maximizing taxpayer investments and ensuring project success.
Mar 27, 2025, 6:06 PM UTC
The document appears to focus on various proposals related to the Federal Acquisition Circular Process (FACP), reflecting ongoing initiatives under federal, state, and local Request for Proposals (RFPs) and grants. The entries labeled FACP (1), FACP (2), up to FACP 4 indicate different aspects or phases of these proposals. Although details on specific projects or requirements are not provided, the repeated mentions of different facets of the FACP suggest a structured approach to managing federal contracts and grants, highlighting the government's methodical procedures in administering funding opportunities. The file underscores the importance of adhering to established guidelines and processes tailored for efficient fiscal governance at multiple government levels. This framework aims to support collaboration between government agencies and external entities in achieving targeted objectives through grant funding and contract awards.
Mar 27, 2025, 6:06 PM UTC
The document outlines installation design guidelines and standards for maximizing the maintainability and durability of facilities at Travis Air Force Base. It serves as a supplemental guide to existing local, state, and federal regulations, emphasizing contractor responsibility in reviewing applicable standards. The guidelines encompass a comprehensive range of construction aspects, including exterior and interior finishes, roofing, plumbing, HVAC systems, and fire protection. Key sections detail requirements for materials, equipment specifications, and design preferences that ensure longevity and ease of maintenance. For example, PVC roofing systems must meet specific thickness and warranty conditions, while plumbing fixtures should exclusively consist of manually operated types. HVAC design mandates energy-efficient systems with detailed implementation protocols to follow for controls and operational guidelines. Furthermore, the document stresses safety and accessibility throughout installations, citing necessary precautions such as maintaining adequate access for maintenance and compliance with antiterrorism standards. In summary, these guidelines reflect the Air Force's commitment to creating durable, sustainable, and safe facilities, underscore strict adherence to specifications, and facilitate efficient project execution in alignment with broader objectives of government RFPs and federal standards.
The government document outlines environmental general requirements for operations at Travis Air Force Base (AFB) during construction or service contracts. It emphasizes compliance with all relevant federal, state, and local regulations related to pollution prevention and resource protection. Key points include the necessity for contractors to address solid waste management, hazardous materials (HAZMAT), wastewater and stormwater pollution prevention, and the handling of natural and cultural resources. Contractors are responsible for obtaining environmental permits, managing waste according to strict protocols, and preventing any ecological damage during their operations. The document specifies the need for effective communication with regulatory bodies, the incorporation of a comprehensive Environmental Management System (EMS), and the implementation of best management practices (BMPs) to minimize environmental impact. Overall, the guidelines ensure that all construction activities align with environmental stewardship principles, prioritizing safety and regulatory compliance at Travis AFB.
Mar 27, 2025, 6:06 PM UTC
The document is a solicitation for the construction project "PKA - B549 Repair Multiple Fire Alarm Panels" at Travis Air Force Base, California. The contractor is required to deliver design and construction services to upgrade the existing fire alarm systems, including demolition and replacement of components as per the Statement of Work (SOW). The solicitation outlines the procurement process, emphasizing the need for a detailed offer specification, the timeline for project commencement, and requirements for performance and payment bonds. Key specifications include a firm-fixed price arrangement, sealed bids due by a specified date, and the stipulation that late or incomplete offers will be rejected. The performance period for the contractor is defined as 180 calendar days for project completion after receiving the notice to proceed. Furthermore, the document includes clauses related to inspection and acceptance, progress payments, and compliance with the Buy American Act, mandating the use of domestic construction materials whenever feasible. Overall, this solicitation serves to engage contractors for necessary upgrades to essential safety systems in alignment with federal contracting standards, highlighting the project's importance in maintaining effective emergency response capabilities in government facilities.
Mar 27, 2025, 6:06 PM UTC
The document serves as an amendment to a federal solicitation, primarily adjusting the response due date from April 3, 2025, to April 5, 2025. It also removes specific provisions in line with Class Deviation 2025-O0003, which aims to restore merit-based opportunities in federal contracting. Notably, various contractual clauses regarding equal opportunity and affirmative action have been deleted or modified. Essential sections include instructions for submitting proposals, emphasizing the need for completeness and adherence to specifications, with a clear consequence for non-compliance. The amendment also specifies that documents must be electronically submitted, with a focus on maintaining a valid pricing structure through July 2025. The purpose of this amendment exemplifies the ongoing effort to ensure compliance with federal contracting standards while encouraging transparency and equitable bidding processes among contractors, thereby facilitating fair business opportunities for all eligible entities.
Mar 27, 2025, 6:06 PM UTC
This government document serves as an amendment to a solicitation, detailing modifications and adjustments to the solicitation process for contract FA442725R0012. The key changes include the addition of an attachment titled "FACP Location Asbuilt B549" and a 17-day extension of the solicitation due date from April 5, 2025, to April 22, 2025. The amendment outlines the acknowledgment process for the changes, requiring contractors to confirm receipt by specific methods, and it emphasizes that failure to acknowledge changes may lead to rejection of offers. The information also specifies the contracting officer’s details for further communication. Overall, the document ensures clarity and compliance regarding amendments while facilitating participation in the solicitation process within the framework of federal procurement guidelines.
Mar 27, 2025, 6:06 PM UTC
The XDAT 23-1030 project at Travis Air Force Base (TAFB) aims to design and build services for the repair and replacement of outdated fire alarm panels in Building 549. The existing Fire Alarm Control Panels (FACPs) are no longer serviceable due to the unavailability of parts, which necessitates a comprehensive upgrade. The contract requires contractors to produce design documents at various stages (35%, 65%, and 100% completion), ensuring compliance with numerous safety and regulatory standards, and performing substantial demolition and replacement work. Key project components include designing a new non-proprietary fire alarm system that integrates with existing devices, conducting thorough assessments of the current fire protection system, and realizing necessary electrical upgrades. Contractors must also ensure successful integration with existing safety systems, provide training for TAFB personnel, and submit detailed specifications and cost estimates at each design phase. This initiative underlines the importance of maintaining safety standards in federal facilities while addressing aging infrastructure through structured design and construction processes.
Mar 27, 2025, 6:06 PM UTC
The Travis Air Force Base Facilities Excellence Guide outlines objectives and design standards for facility and urban development on the base. Emphasizing mission support, sustainability, and community morale, the guide encourages efficiency in designs that resonate with Travis AFB's identity. It integrates goals from previous plans, particularly focusing on urban design, architecture, landscape architecture, and sustainable practices, aligning with guidelines from the U.S. Green Building Council. Key components include the establishment of unique urban character areas, building design that reflects function and historical context, and environmentally sustainable practices such as LEED certification. The document also details architectural elements, landscape requirements, parking areas, signage, and utilities, aiming for cohesiveness and functionality. Furthermore, it highlights considerations for special circumstances like security and accessibility. Overall, the guide serves as a fundamental resource for project managers and designers to ensure future developments resonate with the base's mission and community ethos while addressing ecological concerns and operational efficiency.
Mar 27, 2025, 6:06 PM UTC
The document is a detailed layout of Travis Air Force Base (AFB), including infrastructure and facilities on the base, such as runways, taxiways, and various building types. It visually represents the geographical layout, featuring key locations such as gates, streets, parking areas, and distinct zones like athletic fields, parks, and the hospital. The map includes essential details like road names, structures, and operational areas for airfield management. Intended for use in overseeing base development and maintenance, the document serves multiple stakeholders, ensuring compliance with operational standards and facilitating logistical planning. This comprehensive overview aids in strategic decision-making, aligning with governmental standards for military installations while contributing to the operational efficiency of Travis AFB.
Mar 27, 2025, 6:06 PM UTC
The document outlines the general requirements for construction projects at Travis Air Force Base (AFB), California, emphasizing safety and regulatory compliance during demolition and construction activities. Key elements include detailed protocols for utility management, contractor responsibilities, fire prevention measures, and the management of hazardous materials such as lead-based paint (LBP) and asbestos. Contractors must adhere to strict guidelines for securing job sites, managing waste disposal, and reporting procedures for any hazardous materials discovered during work. The document specifies the importance of obtaining excavation permits, coordinating utility outages, and ensuring environmental compliance throughout the project. Contractors are required to submit various plans for health and safety, pest management, and quality control, along with formal processes for final inspections and approval of work. By delineating responsibilities, hazards, and compliance requirements, this document is crucial for guiding contractors on regulatory adherence and safe construction practices, thereby supporting efficient project execution and environmental stewardship within federal guidelines.
Mar 27, 2025, 6:06 PM UTC
The Travis Air Force Base (AFB) Facilities Excellence Guide outlines design and architectural standards for the base to support efficiency, sustainability, and a sense of community. It serves as a comprehensive resource for program managers and designers, aligning with the Travis AFB General Plan and referencing federal guidelines such as the Uniform Federal Criteria and LEED standards. Key architectural goals emphasize a cohesive base identity, functionality, innovation, and design relevance. Guidelines cover various elements such as siting, building massing, roof configurations, material choices, entry designs, landscaping, and energy efficiency. The document also addresses urban design goals that encourage the development of distinct neighborhoods with appropriate architectural styles and landscaping. Specific focus areas, including Travis Avenue, Burgan Boulevard, and Flightline Operations, are highlighted with tailored designs that reflect their unique character and intended use. Sustainable practices are prioritized, mandating that new constructions achieve LEED Silver certification and incorporate renewable energy sources. Overall, this guide aims to ensure that all future developments at Travis AFB enhance the mission, serve the community, and minimize environmental impact while creating a unified and appealing atmosphere across the base.
Mar 27, 2025, 6:06 PM UTC
The document outlines work restrictions and access regulations for contractors at Travis Air Force Base, emphasizing protocols for project execution. It specifies that any interruption of activity roads, railroads, or utility services must be requested 15 days in advance. Contractors are required to familiarize themselves and comply with base regulations, including maintaining traffic flow by scheduling deliveries outside peak hours and ensuring all personnel have proper identification and background checks. Regular working hours are set from 7:30 a.m. to 4:30 p.m., Monday to Friday, with work outside these hours needing prior approval. Utility cutovers and service interruptions are mandated to occur outside normal work hours, with specified procedures for executing them. The regulations aim to maintain security, manage traffic, and ensure safety throughout the project. Compliance with strict timelines and coordination with the base management is essential for the success of the contract. The document serves as a guideline to ensure that contractors operate within the legal and regulatory frameworks set by the government and military authorities.
Mar 27, 2025, 6:06 PM UTC
The document outlines the Governmental Safety Requirements codified in Section 01 35 26, emphasizing safety regulations for federal contracts. It defines a range of safety roles including Competent Persons (CPs) responsible for various high-risk activities like confined space entry, cranes, rigging, excavation, fall protection, and scaffolding. The document mandates a clear hierarchy of personnel qualifications, including Site Safety and Health Officers (SSHO) and submittal processes for crucial safety plans such as Accident Prevention Plans, Activity Hazard Analyses, and various operational safety strategies. Monthly exposure reports are required to track employee-hours, and a stringent mishap notification process is outlined for timely reporting of incidents. The text also emphasizes regulatory compliance with standards from organizations like OSHA and ASSE, underscoring the need for a methodical approach to accident prevention, safety training, and effective communication throughout all phases of construction. This document serves to ensure contractor accountability in maintaining safety and health standards on government-funded projects, reflecting the commitment to workforce protection and regulatory adherence essential in the realms of federal grants and RFPs.
Mar 27, 2025, 6:06 PM UTC
This document outlines the requirements for temporary construction facilities and controls relevant to government contracts. It includes standards for signage, traffic control, fencing, utility services, and safety protocols specific to construction sites. Submission of a construction site plan and approvals for various safety certifications, such as backflow preventers, are necessary. The text details provisions for employee parking, temporary utilities, sanitation facilities, and maintaining traffic flow, with explicit instructions for securing sites during adverse weather conditions. Additionally, it specifies the contractor's responsibilities regarding site clean-up post-construction and the restoration of areas displaced by construction activities. Safety measures must be adhered to, ensuring that materials and equipment are stored properly and that construction does not disrupt traffic or public safety. The purpose of this document, in the context of government RFPs and grants, is to set clear expectations and safety standards for contractors to follow, promoting compliance and ensuring the protection of workers and the public throughout construction activities. This comprehensive approach ensures that all temporary facilities adhere to established safety guidelines and operational protocols.
Mar 27, 2025, 6:06 PM UTC
The document appears to be a corrupted file that contains fragmented information related to government RFPs, federal grants, and state and local proposals. Despite extensive sections of illegible characters, there are indications that key themes might revolve around project proposals, funding requirements, and regulatory compliance across various governmental sectors. The overarching focus seems to relate to the administration of funds for project development and the necessary procedures for acquiring grants or responding to RFPs. Such documents typically emphasize compliance with federal and state regulations, criteria for eligibility, and guidelines for proposal submissions. The document appears to be disorganized, making it difficult to extract coherent summaries or detailed specifications. Nonetheless, the context implies a need for adherence to structured procedures involved in public sector funding and proposal evaluations, indicative of a system that ensures accountability and efficient use of taxpayer dollars.
Lifecycle
Title
Type
Solicitation
Similar Opportunities
USACE SPK DB Construction - DDJC Tracy Mass Notification and Fire Alarm Integration, Tracy, California
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting bids for the design and construction of an integrated mass notification and fire alarm system at the Tracy Army Depot in California. The project aims to replace and/or combine existing disparate systems from three different manufacturers, ensuring interoperability and compatibility among all equipment, while also installing a backup receiving system in an additional building. This initiative is critical for enhancing safety and operational efficiency at the depot, with a construction magnitude estimated between $10 million and $25 million. Interested contractors should contact Jennifer Wheelis at jennifer.l.wheelis@usace.army.mil or Melissa Denigris at MELISSA.A.DENIGRIS@USACE.ARMY.MIL for further details, and note that the bid due date has been extended as per Amendment 0001 issued on April 4, 2025.
PKA - Repair Flightline Gates Travis AFB, CA
Buyer not available
The Department of Defense, through the Department of the Air Force, is soliciting bids for the repair of flightline gates at Travis Air Force Base, California. This project involves a design-build contract focused on the repair and modernization of three flightline gates, including the demolition of existing components and the installation of new systems that comply with federal safety standards and local regulations. The estimated contract value ranges from $500,000 to $1 million, with a total small business set-aside, emphasizing the importance of supporting small enterprises in federal contracting. Interested contractors must submit sealed bids by 11:00 AM on April 15, 2025, and are encouraged to direct any inquiries to the primary contact, Karly Zamiar, at karly.zamiar@us.af.mil or by phone at 707-424-2014, by the deadline of March 17, 2025.
PKA - Repair Pest Damage L/H/S
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting bids for the Repair Pest Damage project at Building 380B, Travis Air Force Base, California. The project involves the demolition and replacement of the existing suspended acoustical ceiling system, insulation, and HVAC components due to pest damage, with an estimated budget between $250,000 and $500,000. This initiative is crucial for maintaining facility standards and ensuring a safe working environment, as it addresses urgent health and safety concerns related to pest infestations and hazardous waste. Interested contractors must submit their proposals by April 21, 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.
Fire Alarm Maintenance
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for fire alarm maintenance services at Offutt Air Force Base in Nebraska. The contract involves replacing and testing fire alarm control panels and devices in three buildings: Building 123, Building 441, and Building 584, ensuring compliance with safety standards and local fire codes. This initiative is crucial for maintaining operational safety and security within government facilities, with an estimated total award amount of $25 million under a firm fixed pricing arrangement. Interested small businesses can contact Morgan Hockaday at morgan.hockaday@us.af.mil or 402-232-5931 for further details.
Replacement of fire alarm initiating devices and wires
Buyer not available
Presolicitation DEPT OF DEFENSE DEFENSE LOGISTICS AGENCY is seeking a contractor to replace fire alarm initiating devices and wires in Building 100, DLA Distribution San Joaquin CA (DDJC), Tracy Site, Tracy CA 95304. The contractor will replace existing Apollo-Series software protocol devices with new Velociti-Series addressable devices, replace conventional initiating circuit copper wiring with new addressable communication cables, replace fire sprinkler flow & tamper switches monitor modules with new Velociti-series addressable devices, replace manual pull stations with new Velociti-series addressable stations, replace smoke, duct & heat detection devices with new Velociti-series addressable devices, provide all device circuit terminations, final connections, testing, labeling, submittals, as-built drawings, test reports, guarantees, closeouts, and programming of all devices. The work must be completed within 120 calendar days from receipt of the Notice to Proceed (NTP). The acquisition is set-aside 100% for Small Business concerns. The NAICS Code for this procurement is 238210. The small business size standard is $15,000,000. The magnitude of this construction effort is between $250,000.00 and $500,000.00. The tentative timeframe for issuance of Invitation for Bid (IFB) SP3300-16-B-0009 is on or around July 30, 2016. Prospective offerors must be registered in the System for Award Management (SAM) Database at http://www.sam.gov.
PKA-Vehicle Barrier Maintenance Amendment 0001
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for Vehicle Barrier Maintenance and Repair services at Travis Air Force Base, California. The contract aims to ensure the efficient operation of vehicle barrier systems through regular inspections, preventive maintenance, and prompt repairs, with a focus on compliance with federal and military standards. This opportunity is set aside for small businesses under NAICS code 561621, with a site visit scheduled for April 10, 2025, and quotes due by April 17, 2025, at 12:00 PM PDT. Interested vendors should contact Johnathan Daniels at johnathan.daniels.1@us.af.mil or Stephen Platt at stephen.platt.2@us.af.mil for further details.
IIJA Funded - Fire Alarm Retrofit (PHL ATCT/TRACON)
Buyer not available
The Federal Aviation Administration (FAA) is seeking contractors for the IIJA Funded Fire Alarm Retrofit project at the Philadelphia Air Traffic Control Tower/Terminal Radar Approach Control (PHL ATCT/TRACON). The project involves replacing the existing Siemens MXL fire alarm system with the Siemens FireFinder XLS system, requiring contractors to provide labor, materials, and equipment while adhering to safety standards and federal regulations. This modernization effort is crucial for maintaining safety and compliance in aviation operations, with an estimated construction cost between $50,000 and $100,000. Interested contractors must submit their proposals electronically by April 15, 2025, and can direct inquiries to Amber Jones at amber.n.jones@faa.gov or Linda Hennequant at linda.hennequant@faa.gov.
Z--SD - DC Booth - Replace Fire Alarm Panel - Adminis
Buyer not available
The Department of the Interior, specifically the U.S. Fish and Wildlife Service, is soliciting bids for the replacement of the fire alarm panel at the Administration Building of the DC Booth National Fish Hatchery. The project aims to enhance fire safety by replacing an outdated system that has been in place since 1995, addressing issues such as false alarms and ensuring compliance with current safety standards. This initiative is critical for protecting both the facility's occupants and its historical archives, reflecting the government's commitment to maintaining safe operational environments. Interested contractors must submit their quotes via email to Dana Arnold by April 7, 2025, with the project expected to commence on April 21, 2025, and conclude by June 6, 2025.
NSWCPD | B542 Design Build Fire Alarm Repairs (Mass Notification Systems)
Buyer not available
The Department of Defense, through the Naval Surface Warfare Center Philadelphia Division (NSWCPD), is soliciting proposals for the design and installation of a Fire Alarm and Mass Notification System (FA&MNS) at Building 542, Philadelphia Naval Business Center, Pennsylvania. The project entails replacing the existing fire alarm system and integrating a new mass notification system, adhering to specific safety and compliance standards outlined in UFC-3-600-01 and UFC-4-021-01. This procurement is crucial for enhancing safety measures within government facilities, ensuring operational readiness and compliance with federal regulations. Interested small businesses must submit their proposals by April 24, 2025, with an estimated contract value between $500,000 and $1,000,000, and are encouraged to contact Rishi Mathur or David Rhoads for further information.
Repair Fire Suppression Systems, Hangars 3 and 4 on McChord Field, Joint Base Lewis-McChord (JBLM), WA.
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers (USACE), is seeking contractors for a construction project to repair fire suppression systems in Hangars 3 and 4 at McChord Field, Joint Base Lewis-McChord (JBLM), Washington. The project involves replacing the existing high expansion foam system with an automatic sprinkler system, upgrading fire alarm systems, and addressing asbestos remediation, along with repairs to the Fire Pump House and waterlines. This initiative is crucial for maintaining safety and operational standards at military facilities, with an estimated project cost between $10 million and $25 million. Interested firms must submit a capabilities package by April 25, 2025, and should contact Christopher Baroldy at christopher.l.baroldy@usace.army.mil for further information.