DSCR B100/CDC Fire Panel Replacement Project

SOL #: SP470326Q0032Combined Synopsis/Solicitation

Overview

Buyer

DEPT OF DEFENSE
Defense Logistics Agency
DCSO RICHMOND DIVISION #1
RICHMOND, VA, 23237, United States

Place of Performance

GRASSY CREEK, VA

NAICS

Electrical Contractors and Other Wiring Installation Contractors (238210)

PSC

Installation Of Equipment: Electrical And Electronic Equipment Components (N059)

Set Aside

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

Timeline

1
Posted
Apr 29, 2026
2
Submission Deadline
May 27, 2026, 9:00 PM

Qualification Details

Fit reasons
  • NAICS alignment with historical contract wins in similar service areas.
  • Scope strongly matches core technical capabilities and delivery model.
Risks
  • Past performance thresholds may require one additional teaming partner.
  • Potential clarification needed on staffing minimums before bid/no-bid.
Next steps

Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.

Quick Summary

The Defense Logistics Agency (DLA) is soliciting quotes for the DSCR B100/CDC Fire Panel Replacement Project at Defense Supply Center Richmond, VA. This project involves the complete replacement of the existing fire alarm and emergency voice/alarm communication system in Building 100, which houses a Child Development Center. The resulting contract will be a firm-fixed price award with an estimated magnitude between $125,000.00 - $175,000.00. This acquisition is a 100% Small Business Set-Aside. Quotes are due by COB 05/27/2026.

Scope of Work

The contractor will provide all labor, materials, equipment, design coordination, supervision, and incidentals to remove the existing fire alarm system and install a new, fully addressable Fire Alarm and Emergency Voice/Alarm Communication System. The new system must comply with current DoD Unified Facilities Criteria (UFC) and provide fire detection, occupant notification, and intelligible live voice evacuation capability. All components must be from a single manufacturer to ensure seamless integration. Specific panels required include Notifier NFS-320, SigCom MNS-100EXP, and SigCom sixteen zone DTX transceiver (or equivalents). The system must integrate with the base-wide RF fire alarm reporting network and transmit signals to the installation dispatch center. Work must be performed after normal operating hours (1830-0530) to minimize disruption to the actively occupied Child Development Center, and a 24/7 fire watch is required if the system is impaired. The contractor is responsible for proper disposal of removed equipment, including battery recycling.

Contract & Timeline

  • Contract Type: Firm-Fixed Price
  • Period of Performance: 120 days from issuance of notice to proceed.
  • Estimated Magnitude: $125,000.00 - $175,000.00
  • Set-Aside: 100% Small Business
  • NAICS Code: 238210 (Electrical Contractors and Other Wiring Installation Contractors)
  • Small Business Size Standard: $19M
  • Site Visit: 05/12/2026 @ 10:00 AM. Attendees must be vetted through security via DBIDS at least 5 business days prior. Contact Project Manager Raymond Massey (orville.massey@dla.mil) with QR codes.
  • Deadline for Questions: COB 05/14/2026
  • Quote Due Date: COB 05/27/2026
  • Place of Performance: Defense Supply Center Richmond, VA

Evaluation & Qualifications

Award will be made to the Lowest Priced Technically Acceptable (LPTA) offeror. Partial proposals will not be accepted. Contractor Qualifications:

  • Minimum of ten years of documented experience in fire alarm system installations.
  • System installation supervised by a NICET Level III certified technician.
  • System layout and programming performed/reviewed by NICET-certified personnel.
  • Technicians performing programming must be manufacturer-certified for the installed system.
  • Offerors must own, possess, or control a bona fide place of business within 125 miles of Defense Supply Center Richmond.

Additional Notes

All design, installation, testing, and commissioning must comply with UFC 3-600-01 and UFC 4-021-01. The contractor must provide a complete design submission, shop drawings, as-built drawings, O&M manuals, and system passwords. A Wage Determination (GDN 20260007) is applicable, establishing prevailing wage rates and fringe benefits for various trades.

People

Points of Contact

Robert Moragues, Contracting OfficerPRIMARY
Kyle Gregory, Contracting OfficerSECONDARY

Files

Files

Download
Download
Download

Versions

Version 1Viewing
Combined Synopsis/Solicitation
Posted: Apr 29, 2026
DSCR B100/CDC Fire Panel Replacement Project | GovScope