Closed Solicitation · DEPARTMENT OF HOMELAND SECURITY
AI Summary
The Federal Emergency Management Agency intends to negotiate a sole source contract with Siemens Industry, Inc. for fire and security alarm monitoring services at the Center for Domestic Preparedness. The contract will ensure 24/7 system operation and compliance with regulations. Interested parties must submit capability statements by July 22, 2025, to be considered.
The Federal Emergency Management Agency intends to negotiate on a sole source basis (IAW FAR 13) with Siemens Industry, Inc., 1000 Deerfield Parkway, Buffalo Grove, IL 60089, as the only responsible source that can provide fire and security alarm monitoring services at the Center for Domestic Preparedness (CDP) located in Anniston, AL.
Siemens Industry, Inc. is the sole vendor capable of meeting CDP’s unique training requirements. Fire and Security alarm systems were installed by Siemens in 2004 and the systems software/operating systems are proprietary. Based on the above information, the only organization known which can provide technically acceptable services is Siemens Industry, Inc.
The objective is to make certain our system is operating properly 24-hours a day, 7 days a week and that our system is in full compliance with local and national requirements, and to reduce false alarms and help minimize system downtime and costly repairs.
1. Complete fire alarm system testing and inspection per National Fire Protection Administration (NFP A) 72
2. Smoke detector sensitivity testing
3. System configuration audit and report4. Life safety logbook
4. Life safety logbook
5. Written reports of all services performed
6. 24/7 telephone access and support
7. 24/7 service response based on individual service calls
8. 24/7 system operator/employee support
The control panel models include but are not necessarily limited to the following:
• Siemens Model XLS-MLE6-ADPT
• Siemens Model BB-55
• Siemens Model MKB-2
• Siemens Model MBR-3MP
• Siemens Model EN-PAD
The period of performance will be for one (1) year from the date of award, with the potential of four (4) one-year option periods for renewal at the discretion of the Government.
This acquisition is being conducted under simplified acquisition procedures (IAW FAR 13). There are no set-aside restrictions for this requirement. The intended procurement will be classified under North American Industry Classification System (NAICS) 561621 Security Systems Services (except Locksmiths) with a Small Business Size Standard of $25.0 million.
This notice of intent is not a request for competitive proposals and no solicitation document exists for this requirement. However, parties interested in responding to this notice will need to submit technical data, sufficient to determine capability in providing the same services. All capability statements received within five (5) days after publication of this synopsis will be considered by the Government. A determination by the Government not to compete based on responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement.
Capability statements shall be submitted by email only as a MS Word or Adobe PDF attachment to Justin Burger at justin.burger@fema.dhs.gov. Statements are due by 4:00 PM EDT, July 22, 2025. No phone calls or faxed statements will be accepted.
INTENT TO SOLE SOURCE - SIEMENS FIRE AND SECURITY ALARM MONITORING is a federal acquisition solicitation issued by DEPARTMENT OF HOMELAND SECURITY. Review the full description, attachments, and submission requirements on SamSearch before the response deadline.
SamSearch Platform
AI-powered intelligence for the right opportunities, the right leads, and the right time.