W50S9J-24-B-0009 Fire Prevention
ID: W50S9J-24-B-0009Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW7N7 USPFO ACTIVITY WVANG 130CHARLESTON, WV, 25311-1023, USA

NAICS

Plumbing, Heating, and Air-Conditioning Contractors (238220)

PSC

MAINT/REPAIR/REBUILD OF EQUIP- FIRE FIGHTING/RESCUE/SAFETY EQUIP; ENVIRON PROTECT EQUIP/MATLS (J042)

Set Aside

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

    The Department of Defense, through the Army National Guard, is soliciting bids for fire prevention repairs at the 130th Airlift Wing in Charleston, West Virginia, under Solicitation W50S9J-24-B-0009. The project encompasses a range of fire safety improvements, including the repair of wet pipe sprinkler systems, replacement of fire alarm panels, and installation of missing detection devices across multiple buildings. This initiative is crucial for enhancing fire safety infrastructure and ensuring compliance with federal safety standards. Interested small businesses must submit their sealed bids by September 9, 2024, with an estimated project budget between $100,000 and $250,000, and are encouraged to contact SSgt Jorden McCormick at jorden.mccormick@us.af.mil for further inquiries.

    Point(s) of Contact
    SSgt Jorden McCormick
    (304) 341-6206
    (304) 341-6076
    jorden.mccormick@us.af.mil
    Major Sam Stuck
    (304) 341-6292
    (304) 341-6076
    samuel.stuck@us.af.mil
    Files
    Title
    Posted
    This document is an amendment to a solicitation concerning fire prevention repairs at the 130th Airlift Wing in Charleston, West Virginia. The primary purpose is to update the Davis Bacon Act wage determination effective from August 16, 2024. The project entails various fire safety improvements, including repairs to fire suppression systems and the installation of smoke detectors across multiple buildings. Key sections involve the submission instructions for bidders, detailing the importance of acknowledging the amendment, the qualifications required, and the communication protocols for inquiries. A pre-bid conference is scheduled for August 22, 2024, emphasizing security procedures for prospective bidders. The amendment notes wage determinations under the Davis Bacon Act and stipulates minimum wage requirements for contractors based on previous executive orders. The amendment highlights the necessity for compliance with federal wage laws and offers guidance on the bidding process, administrative changes, and pre-contract costs incurred by bidders. This thorough updating illustrates the government's commitment to fair contracting practices and transparent procurement procedures within federal and local government projects.
    The document is an amendment to a solicitation for fire prevention and repair services at the McLaughlin Air National Guard Base in West Virginia. The amendment primarily updates the General Requirements and changes the deadline for proposal submissions from September 6, 2024, to September 9, 2024. It outlines the scope of work, which includes various fire prevention repairs, installation of sprinkler heads, and troubleshooting of notification systems. Key tasks involve flow testing underground hydrants, repairing wet pipe sprinkler systems, replacing fire alarm panels and carbon monoxide detectors, and addressing issues with the mass notification system. The contractor is responsible for proper waste disposal, daily cleanup, and compliance with safety regulations. Completion of the work is expected within 90 days following the Notice to Proceed, with the contractor required to submit a detailed job plan for review. The document emphasizes the contractor's obligation to familiarize themselves with project specifications and maintain safety standards throughout the work process.
    The government file outlines a collection of federal and state RFPs (Requests for Proposals) and grants, focusing on specific funding opportunities and requirements essential for potential applicants. It includes detailed procedural elements necessary for proposal submission, including eligibility criteria, evaluation processes, and deadlines for applications. Key emphasis is placed on compliance with federal regulations, and the document highlights the importance of detailed project descriptions and budget justifications. The file’s structure presents various sections dedicated to different funding opportunities, outlining eligible recipients, project scopes, required documentation, and criteria for funding allocation. Additionally, it mentions deadlines for submissions and specific formats for documentation required during the application process. The purpose of this file is to provide clear guidance to entities interested in securing federal and state funding, ensuring that they comprehend the procedural and substantive requirements necessary for successful proposals. The combination of comprehensive instructions and eligibility details serves to streamline the application process and enhance access to critical public funds for various projects, reinforcing the government's commitment to support community and economic development through these financial initiatives.
    The document details specifications for the M-Series Fire Alarm Control Panels, focusing on various circuit configurations and requirements for initiating devices, including class A and class B installations. It outlines voltage ratings, maximum current limits, and the types of circuits available, adhering to NFPA standards. The system supports multiple zones and device types while ensuring power limitations for safety. Instructions emphasize following manufacturer guidance, including wiring practices and circuit supervision. Additionally, it includes a section on activation types for alarm signals, summarizing how alarms are configured and managed within the system. Overall, the data serves as a technical guideline for configuring an effective fire alarm system, ensuring compliance with industry standards and operational reliability in firefighting and safety protocols.
    The document outlines the procedures and standards for procurement in relation to federal and state RFPs (Requests for Proposals) and grants. Specifically, it emphasizes the need for compliance with various regulatory frameworks and technical standards that govern grant applications and the subsequent funding processes. Key sections detail the requirements for applicants, including documentation and submission protocols, as well as evaluation criteria for proposals. Furthermore, it highlights the importance of transparency and accountability in financial reporting and project implementation. The document serves as a comprehensive guide for stakeholders involved in funding applications, ensuring that they meet the necessary guidelines to secure federal support while fostering effective use of allocated resources. The overarching aim is to streamline the RFP process, enhancing the effectiveness of government funding programs and supporting local initiatives through meticulous oversight and procedural adherence.
    The Air National Guard in West Virginia has issued Solicitation W50S9J-24-B-0009 concerning fire prevention repairs. This document includes a series of questions and answers from interested contractors regarding the proposed work on various buildings, specifically focusing on fire safety systems. Key inquiries involve specifications for buildings 420 and 142, wage classification for fire sprinkler fitters, and the status of the mass evacuation system in hangars 407/421. Notably, it was confirmed that the outdated evacuation system cannot be repaired and must be replaced, prompting contractors to seek time extensions for quoting new installations. The document emphasizes the need for effective repairs or replacements, mandates repair if more cost-effective, and highlights the necessity for manufacturer warranties for any new systems installed. The inquiry process underscores the collaboration between contractors and the Air National Guard to ensure compliance and safety in addressing fire prevention measures across the specified facilities.
    The Fire Prevention Repairs project solicits bids from small businesses under FAR Part 19.5, with an estimated budget between $100,000 and $250,000. It involves various repairs and replacements of fire prevention systems across multiple buildings at the 130th Airlift Wing in Charleston, WV. Key responsibilities include repairing wet pipe sprinkler systems, replacing fire alarm panels, and installing missing detection devices. Contractors must complete a NIST 800-171 DoD assessment before contract award, ensuring compliance with cybersecurity standards. All submissions must be sealed and delivered by September 6, 2024, with bids remaining valid until September 30, 2024. Furthermore, the project requires adherence to Davis-Bacon wage rates, with performance expected to start within 30 days of the award and complete within 90 days. A pre-bid conference is scheduled for August 22, 2024, emphasizing the need for prospective bidders to register due to security protocols. Offerors should submit their bids via hand delivery, as electronic submissions are not accepted. Overall, this project demonstrates the government's commitment to enhancing fire safety infrastructure, supporting small businesses in government contracting opportunities.
    The document pertains to the status and operational details of the RFM-7000 system across security and fire facilities, particularly focused on facility 142. It outlines various status updates for security, police, and fire alarms, indicating times of normal operation and trouble alerts. Key entries from the document include timestamps indicating normal and trouble conditions of security systems and water flow for fire suppression. The document emphasizes the importance of monitoring and maintenance for safety and security infrastructure. Overall, it highlights operational data that is likely relevant for ongoing government assessments or RFPs (Request for Proposals) to maintain and enhance emergency response systems at federal and local levels, ensuring safety protocols are in compliance and functioning effectively.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Repair Fire Department Building
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting bids for a construction contract to repair the Fire Department Building 644 at the Hancock Field Air National Guard Base in Syracuse, New York. The project, designated as Project HAAW232002, involves significant renovations including the repair of the vehicle bay floor, restroom facilities, and other structural elements, while ensuring compliance with environmental standards related to PFAS. This opportunity is a total small business set-aside under NAICS Code 236220, with an estimated project cost ranging from $250,000 to $500,000, and bids must be valid for at least 90 days. Interested contractors are encouraged to attend a pre-bid conference on August 14, 2024, and should direct inquiries to Briana McCaffery at briana.mccaffery@us.af.mil or Richard M. Peirson at richard.peirson@us.af.mil, with contract funding anticipated to be available by September 30, 2024.
    183 CES Repair Fire Suppression Building 15
    Active
    Dept Of Defense
    Presolicitation notice from the Department of Defense, Department of the Army, is seeking a contractor to provide repair services for the fire suppression system in Building 15 at the 183d Wing, Illinois Air National Guard Base in Springfield, Illinois. The existing system is in disrepair and does not meet state and federal code restrictions. The contract duration is 180 days, and the project is set aside 100% for Small Business. The estimated value of the project is between $500,000 and $1,000,000. Interested contractors must be registered in SAM and can access the solicitation and associated information on the Contract Opportunities website. The tentative date for issuing the solicitation is late May 2024, with a pre-bid conference scheduled for early-mid June 2024.
    ILWW - Fire System Upgrade
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting proposals for the modernization of fire alarm and monitoring systems at the Illinois Waterway Project Office in Peoria, Illinois. The project aims to replace existing components with a new addressable fire alarm system that complies with local fire department regulations and safety standards, ensuring a turn-key solution for the facility. This upgrade is critical for enhancing fire safety measures and maintaining compliance with federal regulations. Interested contractors, particularly small businesses, must submit their proposals along with required certifications by the specified deadlines, and are encouraged to attend a prebid meeting scheduled for September 12, 2024, to gain further insights into the project. For additional information, contractors may contact Kate Behrens or Nicholas Moore via their respective emails.
    PSXE 242030 Repair Joint Seals & Water Tank
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting bids for the repair of joint seals and a water tank at the 134th Air Refueling Wing located at McGhee Tyson Air National Guard Base in Louisville, Tennessee. This project, designated as PSXE 242030, is a Total Small Business Set-Aside and requires contractors to provide labor, materials, and equipment necessary for the repairs, with an estimated project cost between $500,000 and $1,000,000. The work is critical for maintaining military infrastructure and supporting air refueling operations, emphasizing compliance with federal regulations and quality standards. Interested bidders must submit their proposals by 10:00 AM (EST) on September 24, 2024, and can direct inquiries to primary contacts Kristen Phipps at kristen.phipps@us.af.mil or Brian Morelock at brian.morelock.1@us.af.mil.
    Flightline Fire Extinguisher
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking qualified contractors to provide Flightline Fire Extinguisher Inspection and Maintenance Services for the California National Guard. The contract encompasses the inspection and maintenance of 87 Buckeye K-350 RG Portable Wheeled Fire Extinguishers across multiple airfields in California, including Mather Airfield, Stockton, Fresno, Camp Roberts, Camp San Luis Obispo, and Los Alamitos, ensuring compliance with NFPA-10 standards and federal regulations. This initiative is crucial for maintaining safety standards at military airfields, with a performance period extending from September 30, 2024, through September 2029. Interested small businesses must submit their proposals by September 16, 2024, and can direct inquiries to Kaipo Kim at kaipo.h.kim.civ@army.mil or by phone at 808-861-9563.
    Fire Suppression System
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified small businesses to provide fire suppression services at Malmstrom Air Force Base (MAFB) in Montana. The procurement involves the annual inspection and maintenance of 266 portable fire extinguishers and bi-annual inspection, testing, maintenance, and recertification of 30 wet/dry chemical fire extinguishing systems, with a contract duration spanning one base year plus four optional years from October 1, 2024, to September 30, 2029. This initiative is crucial for ensuring the safety and compliance of fire protection measures at military installations. Interested contractors must submit their quotes by 2:00 PM MT on September 25, 2024, and direct any inquiries to the designated contacts, Lt. Randolph Foote and Viviana Castillo Ramirez, via the provided email addresses or phone numbers.
    CAMP WARLORD FIRE DETECTION SYSTEM
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors to provide a fire detection system for Camp Warlord located at Little Rock Air Force Base in Arkansas. The contractor will be responsible for furnishing, removing, and replacing the existing fire notification system across 13 facilities, ensuring compliance with National Fire Protection Association guidelines and other relevant regulations. This procurement is critical for enhancing fire safety and operational readiness at the camp, with a performance period expected to be completed within 90 days of contract award. Interested parties should direct inquiries to Andre Kalvelage at Andre.kalvelage.1@us.af.mil or Shawn Dostie at Shawn.dostie@us.af.mil, with proposals due by September 17, 2024.
    Master Fire Alarm and Suppression Inspection, Repair
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors for the Master Fire Alarm and Suppression Inspection, Repair, and Maintenance services at the Walla Walla Veterans Administration Medical Center. This five-year contract, with an estimated total funding of $47 million, aims to consolidate fire system inspection, testing, repair, and maintenance to ensure compliance with VA directives, National Fire Protection Association (NFPA) codes, and federal regulations. The services are critical for maintaining fire safety across 25 buildings and a water tower on the campus, as well as oversight of three leased clinics, thereby ensuring the protection of VA facilities and personnel. Interested parties should contact Craig Brown at craig.brown7@va.gov or call 360-696-4061 EXT 31504 for further details, with the contract set to commence on September 25, 2024, and four option years available.
    Fire, alarm, sprinkler sys insp, Mt Rainier NP
    Active
    Interior, Department Of The
    The National Park Service is seeking qualified contractors to provide inspection, testing, and maintenance services for fire alarm and sprinkler systems at Mount Rainier National Park. The procurement aims to ensure compliance with National Fire Protection Association (NFPA) standards by identifying and reporting deficiencies in these critical safety systems. This opportunity is particularly significant for enhancing emergency preparedness within federal facilities while promoting small business participation, as it is a total small business set-aside with a size standard of $11.5 million. Interested vendors must submit their quotations by 2 p.m. Pacific Time on August 19, 2024, and direct any questions to Hal Hoversten at halhoversten@nps.gov by September 16, 2024.
    IT Room Fire and Mechanical Systems
    Active
    Dept Of Defense
    The Department of Defense seeks contractors for fire protection renovations at the Schriever Space Force Station in Colorado Springs. The project involves converting the existing fire suppression system and renewing aged piping systems to meet National Fire Protection Association (NFPA) standards. This invitation for bid (IFB) requires registered interest and will be released on the Acquisition Resource Center (ARC) platform. The anticipated timeline includes a bidders' walk-through on August 8, 2024, with a bid due date of September 17, 2024, and a contract award announcement on September 20, 2024. The scope of work includes the conversion of the fire protection system from pre-action to wet systems, focusing on battery rooms. The project aims to address safety concerns related to the existing system. Contractors should be prepared to meet the NFPA requirements and demonstrate experience in fire protection renovations. Eligible contractors should register on the ARC platform and submit their bids accordingly. The government will not entertain tax-related claims, and contractors should be aware that tax exemption may not be honored by all entities. The primary point of contact for questions is Nicole Brown at brownnic@nro.mil. Further details will be provided on the ARC platform. The evaluation of bids will be based on the criteria outlined in the IFB.