Loading...
SP470326Q0032
Response Deadline
May 27, 2026, 9:00 PM(EDT)28 days
Eligibility
Contract Type
Combined Synopsis/Solicitation
This is a combined synopsis/solicitation for commercially available services prepared in accordance with the format in FAR Part 12, and supplemented with additional information included in this notice. The solicitation number SP470326Q0032 is issued as a request for quote(RFQ). Award will be made to the Lowest Priced Technically Acceptable offeror.
The resulting contract will be a firm-fixed price award with an expected Period of Performance of 120 days from issuance of notice to proceed.
Disclosure of magnitude: the estimated magnitude of the award is between $125,000.00 - $175,000.00
This acquisition is set-aside for 100% small business.
The North American Industry Classification System (NAICS) Code is 238210 (Electrical Contractors and Other Wiring Installation Contractors). The small business size standard is $19M. Department of Labor Wage Determination based on location of the service provided (Chesterfield County, VA). Partial proposals will not be accepted.
A site visit will be held on 05/12/2026@1000. See "Additional Details" below for full text for parties interested in attending the site visit. Please note: Parties interested in attending the site visit MUST be vetted through security prior to the date of the site visit - vetting can take 5 business days, interested parties should plan accordingly.
Deadline for questions is COB 05/14/2026 - Questions and Answers will be publicly posted as an attachment to the same notice id on SAM.gov as the solicitation. Generally, answers will be posted to SAM.gov within 2 working days of the deadline for questions.
Deadline for quote is COB 05/27/2026.
Acceptable method of quote: Email to contracting officer Robert Moragues <Robert.Moragues@dla.mil>
**********************************Specific Requirements***************************
For an offer to be considered for award, the contractor must own, possess, or otherwise control a bona fide place of business from which mobilization occurs within 125 miles of Defense Supply Center Richmond. A bona fide place of business refers to a location where the offeror regularly maintains an office with at least one full-time employee. The offeror must include the address of this location within the offer submitted.
OBJECTIVES
Provide a complete replacement of the existing fire alarm system with a new, fully
addressable Fire Alarm and Emergency Voice/Alarm Communication System that complies
with current DoD Unified Facilities Criteria (UFC). The new system shall provide fire
detection, occupant notification, and intelligible live voice evacuation capability throughout
the facility.
BACKGROUND
Building 100 serves as the installation Child Development Center (CDC) and houses a
vulnerable population requiring continuous and reliable life safety protection. The existing
fire alarm system has exceeded its useful service life and is no longer fully supported by the
manufacturer. Full system replacement is required to ensure compliance with current fire
protection engineering standards, improve reliability, and ensure compatibility with base
wide emergency communication system.
To enhance the reliability and maintainability of life-safety systems at Defense Supply
Center Richmond (DSCR), the Site Director has mandated the standardization of all fire
alarm and mass notification panels. Effective immediately, all systems will be consolidated
to a single commercially available off the shelf brand and type. This initiative is designed to
streamline technician training, reduce repair times by ensuring parts availability, and
mitigate previously identified operational deficiencies.
SPECIFIC REQUIREMENTS
The Contractor shall provide all labor, materials, equipment, design coordination,
supervision, and incidentals necessary to remove the existing system and furnish and install
a complete, operational Fire Alarm and Emergency Voice/Alarm Communication System.
3.1 System Removal
o Disconnect and remove the existing Fire Alarm Control Panel (FACP), annunciators,
power supplies, batteries, and associated components.
o The contractor is solely responsible for the proper handling, collection, and disposal of
all fire alarm batteries removed. This responsibility includes ensuring the batteries are
recycled at a resource conservation and recovery act (RCRA) approved facility.
o Remove all existing initiating devices including smoke detectors, heat detectors, duct
detectors, manual pull stations, and monitor/control modules.
o Remove all existing notification appliances including horn/strobes, strobes, speakers,
and bells.
o Remove existing fire alarm wiring, conduit where determined to be noncompliant,
damaged, or unsuitable for reuse.
o Properly dispose of all removed equipment in accordance with federal, state, and local
regulations.
3.2 New System Installation
A new, complete, and unified fire alarm system is to be installed in building 100. This
system will be a Class B, fully addressable, point to point system that includes integrated
mass notification and emergency voice services. All components of the system must be
from a single manufacture to ensure seamless integration and functionality, precluding a
“piecemealed” assembly of parts from various suppliers.
o Furnish and install new initiating devices throughout the facility, including smoke
detectors, heat detectors, manual pull stations, duct detectors, and monitor/control
modules.
o The following is a list of panels required to be used in this project, or their most up to
date equivalent models:
Notifier NFS-320 fire alarm panel with RS 232/485 port.
SigCom MNS-100EXP mass notification panel with LOCs
SigCom sixteen zone DTX transceiver
o Installation of speaker/ strobe notification appliance to provide audible, visual, and live
voice evacuation messaging.
o Provide new live microphone capability and pre-recorded emergency messages.
o System interface and compatibility with the installation’s base-wide radio frequency
fire alarm reporting network.
o Transmit point to point data, including individual alarm, supervisory, and trouble
signals, directly to the installation dispatch center.
o Provide new fire alarm wiring and conduit as required to support the new system.
o Integration with HVAC shutdown and other required life safety interfaces.
o Provide new system with batteries sized in accordance with code-required standby and
alarm duration.
o Furnish and install a new remote annunciator panel
o Every connection within the system, including devices such as pull stations and
tamper switches, must be clearly and accurately labeled.
o All fire alarm and MNS components must be compatible, integrated, code compliant
and communicate and interface with existing TRX-50 (Signal communications) fire
alarm reporting system serving buildings 201 (Fire department), 56 (Fire pumps), and
41 (Dispatch).
o The appointed contractor shall be responsible for providing a complete design
submission along with shop drawings for review by the government. All submitted
documentation must be in accordance with the standards and requirements outlined in
UFC 3-600-01 and 3-601-02.
3.3 Installation Phasing and Occupancy Requirements
o Building 100 is an actively occupied Child Development Center. Contractor shall
coordinate all work to minimize disruption to daily operations.
o Work shall be performed after normal operating hours between 1830-0530.
o The fire alarm system must remain operational during its replacement. If the system is
down or impaired, a designated person must implement a formal, 24/7 fire watch to
ensure continuous safety.
o The contractor shall provide advance notice of any planned outages.
o The contractor shall provide a temporary portable toilet for the duration of the project.
3.4 Testing and Turnover
o Perform 100 percent functional testing of all initiating devices and notification
appliances with UFC 3-600-01 and UFC 4-021-01.
o Verify proper RF communication and point to point signal transmission to dispatch.
o Test live voice evacuation functionality, including microphone and pre-recorded
messages.
o Ensure the installation contractor has pre-tested the system to avoid failures during the
official third-party inspection.
o Use Third Party-Verification by a qualified and authorized person. A third-party
professional is recommended to verify the new system is compliant, properly
installed, and fully functional. Also, the third party will perform acceptance testing
with stakeholders, verifying that all components function as intended and that system
communicates with emergency services.
o The final approval for the system will be granted by the Authority Having Jurisdiction
(AHJ), ensuring compliance with UFC 4-021-01.
o Coordinate final acceptance testing with the project manager and the Authority Having
Jurisdiction (AHJ).
o Provide as-built drawings, approved shop drawings, battery calculations, O&M
manuals, and programming backup files.
o Provide all system passwords, administrative credentials, and access codes to the
project manager.
o The Government shall retain full administrative control of the system upon project
completion.
3.5 Codes and standards
All design, installation, testing, and commissioning shall comply with the latest adopted
editions of the following:
o UFC 3-600-01- Fire protection engineering for facilities
o UFC 4-021-01- Mass notification systems
CONTRACTOR QUALIFICATIONS
The contractor shall specialize in fire alarm system installation and shall have a minimum of ten
years of documented experience performing fire alarm system installations.
o System installation shall be supervised by a technician certified at a minimum of
NICET Level III in fire alarm systems.
o System layout and programming shall be performed and reviewed by personnel
certified in fire alarm systems in accordance with NICET requirements.
o Documentation of NICET certifications shall be submitted to the project manager prior
to commencement of work.
o Technicians performing programming shall be manufacturer certified for the installed
system.
PERIOD OF PERFORMANCE
Completion date shall be no later than 120 days after notice to proceed.
See SOW for complete project requirement detail.
**********************ADDITIONAL INFORMATION*******************
A site visit will be held 05/12/2026 @1000. See p.48 of SOW for DSCR map - CDC/B100 is marked with a red dot and labeled "CDC/B100"
In order to attend the site visit interested parties MUST follow the instructions below no less than 5 business days prior to the site visit. This is to allow time for vetting by base security. Plan on arriving at DSCR an hour prior to the site visit time, as the processing time through the visitor center fluctuates. Follow the link below to register through DBIDS, and a QR code should be provided for each visitor. The QR codes MUST be emailed to the Project Manager, Raymond Massey <orville.massey@dla.mil> (Work Cell: 804-921-6694). The QR code MUST be emailed to the project manager as soon as possible due to the lengthy vetting process of approximately 5 business days. The project manager will also serve as the sponsor for site visit attendees.
A new system was implemented on 3 January 2023 to screen visitors and contractors for installation access at DSCR.The new system is designed to increase efficiencies, enhance the protection of personal information during the vetting process and eliminate the use of hard copy DLA Form 1815s. The new screening system will require visitors and contractors to pre-enroll in DBIDS (Defense Biometric Identification System). To begin the process, visitors and contractors will complete registration through the pre-enrollment website:
https://dbids-global-enroll.dmdc.mil.
Upon entry of their information, visiting personnel will be provided an electronic form to download, which will have
an individualized barcode and alpha numeric code. The codes need to be sent to the visiting person’s
sponsor. Once in receipt of the barcode, the sponsor will email Security and Emergency Services and provide the
barcode and sponsorship information. Once the visitor/contractor is vetted and approved for installation access,
Security & Emergency Services will notify the sponsor that the visitor/contractor can go to the DSCR Visitor Center to
obtain his/her pass. At the Visitor Center, the visitor provides the barcode and code provided earlier in the process
and completes the credentialing process.
See attached SOW for full requirement details. Parties interested in submitting a quote for this project are advised and expected to have reviewed the entire SOW prior to site visit attendance.
DEPT OF DEFENSE
DEFENSE LOGISTICS AGENCY
DCSO
DCSO RICHMOND
DCSO RICHMOND DIVISION #1
DCSO RICHMOND DIVISION #1
6090 STRATHMORE RD.
RICHMOND, VA, 23237
NAICS
Electrical Contractors and Other Wiring Installation Contractors
PSC
INSTALLATION OF EQUIPMENT- ELECTRICAL AND ELECTRONIC EQUIPMENT COMPONENTS
Set-Aside
Total Small Business Set-Aside (FAR 19.5)