Description
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 …
Classification
Place of Performance
Contracting Office
Contacts
Attachments (3)