Active Solicitation · DEPARTMENT OF HOMELAND SECURITY

    OEM SALWICO CONSILIUM FIRE ALARM PANEL AND ASSOCIATED INSTALLATION SERVICES

    Sol. 52000RFQ260024349Combined Synopsis/SolicitationSet-aside: Total Small Business Set-Aside (FAR 19.5)NORFOLK, VA
    Open · 14d remaining
    DAYS TO CLOSE
    14
    closes May 27, 2026
    POSTED
    May 12, 2026
    Publication date
    NAICS CODE
    238210
    Primary industry classification
    PSC CODE
    R425
    Product & service classification

    AI Summary

    The U.S. Coast Guard is soliciting quotes for the replacement of a fire alarm control panel and associated installation services for the Salwico Consilium Model 5831813-00A system. This opportunity requires technical expertise in fire alarm systems and integration with existing machinery control systems. Proposals are due by May 27, 2026, and must demonstrate compliance with OEM requirements.

    Contract details

    Solicitation No.
    52000RFQ260024349
    Notice Type
    Combined Synopsis/Solicitation
    Set-Aside
    Total Small Business Set-Aside (FAR 19.5)
    Posted Date
    May 12, 2026
    Response Deadline
    May 27, 2026
    NAICS Code
    238210AI guide
    PSC / Class Code
    R425
    Sub-Agency
    US COAST GUARD
    Primary Contact
    Jacqueline D. Handley
    State
    VA
    ZIP Code
    23510
    AI Product/Service
    both

    Description

    Solicitation Modification 001- This amendment is issued to revise the solicitation closing date, update the Period of Performance (POP), and clarify evaluation criteria in support of fair competition and the Government's best-value determination under FAR 52.212-2, Evaluation-Commercial Items.

    Additionally, the Government received a request from an interested vendor seeking additional time to prepare a technically complete proposal, obtain OEM authorization verification documentation, and to develop supporting technical information with the engineering, drafting programming, integration and installation requirements associated with this effort. The Government determined that extending the solicitation response period would promote fair competition and allow additional time for interested vendors to adequately address the technical requirements of the solicitation.

    Accordingly, the solicitation closing date is hereby extended from: May 13th, 2026 at 4 PM Eastern Standard Time to May 27th, 2026 at 4 PM Eastern Standard Time. The Period of Performance is revised from: May 18th, 2026 to August 7th, 2026 to June 2nd, 2026 to August 14th, 2026.

    As stated in the solicitation, award will be made on a best-value basis considering price and non-price factors.   

    Due to the technical complexity associated with replacement of the obsolete Mircom PRO-2000XS Fire Alarm Panel (FAP), integration of the Coast Guard approved Salwico Consilium Model 5831813-00A system, development of prototype installation drawings/plans, and interfacing with the vessel's Machinery Control and Monitoring System (MCMS), the Government recognizes that vendors may possess varying levels of technical familiarity and integration experience associated with this requirement. As documented with the requirement background, the obsolete Mircom system is no longer supported by the manufacturer and requires specialized technical expertise for replacement and integration efforts. 

    The Government's technical evaluation may consider, but is not limited to, the following:

    • Demonstrated familiarity and prior experience with the obsolete Mircom PRO-2000XS fire alarm system;
    • Demonstrated familiarity and prior experience with the Salwico Consilium Model 5831813-00A system or comparable Consilium marine application fire detection systems;
    • Demonstrated experience integrating fire detection systems with Machinery Control and Monitoring Systems (MCMS);
    • Technical capability to develop installation drawings/plans and perform associated engineering support; 
    • Relevant past performance involving maritime vessels and comparable marine fire detection system installations and integrations; 
    • Ability to execute the required work with the required schedule and operational constraints;
    • Verification of OEM authorization, as applicable; and
    • Overall technical understanding, quotation completeness; and
    • Price.

    The Government may consider the depth, relevancy, and quality of an offeror's demonstrated technical familiarity and integration experience as part of its evaluation of technical capability, performance risk, price, and overall best value to the Government.

    Failure to provide sufficient detail regarding technical capability, relevant past performance, technical approach, or OEM authorization documentation may result in the quotation being determined technically unacceptable and ineligible for award consideration.

    All other terms and conditions remain unchanged. Offerors are responsible for monitoring SAM.gov for amendments and acknowledging all solicitation modifications prior to quotation submission.

    ------------------------------------------------------------------------------------------------------------------------

    The United States Coast Guard, Surface Forces Logistics Center, (SFLC), intended to issue a solicitation for the procurement of a fire alarm control panel replacement and associated installation services. This is is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 as supplemented with additional information in this notice. This solicitation is issued as a Request for Quote Number 52000RFQ260024349. This procurement will be processed in accordance with FAR Part 12.

    The Government previously conducted market research in anticipation of a potential sole-source acquisition; however, the Original Equipment Manufacturer (OEM) advised that multiple vendors may possess the capability to perform the required work. Accordingly, the Government is proceeding with a competitive solicitation.

    Due to the urgent operational requirements and extended estimated material lead times of approximately ten (10) weeks for the fire alarm panel system, the Government intends to utilize a shortened solicitation response period in accordance with FAR 5.203(a) and FAR 13.106-1(d), as applicable.

    The solicitation and any subsequent amendments will be posted to SAM.gov. It is the responsibility of interested vendors to monitor the solicitation site for any amendments or additional information pertaining to this requirement.

    The North American Industry Classification System (NAICS) is 238210. The small business size standard is $19.0 Million. All responsible small business sources may submit proposals that will be considered. This synopsis/solicitation is issued pursuant to FAR 13.106-1(b), and the resultant purchase order will be awarded on a firm-fixed price basis using simplified acquisition procedures in accordance with FAR 13.


    THE UNITED STATED COAST GUARD SURFACE FORCE LOGISTICS CENTER REQUEST THE CONTRACTORS TO PROVIDE PRICING FOR THE FOLLOWING REQUIREMENT, BUT IS NOT LIMITED TO:

    A. REQUIREMENT:

    1. The contractor shall provide Model 5831813-00A Fire Alarm Panel and Associated Installation Services, Brand Name Only (SALWICO CONSILIUM) IAW SOW. See Attached SOW. 1 LOT

    2. Location of Performance (FBO Destination)

    CGC CHARLES SEXTON

    100 Trumbo Point Rd.

    Key West, FL 33040

    3. REQUIRED PERIOD OF PERFORMANCE:  POP 6/02/2026 – 8/14/2026

    SALWICO CONSILIUM BRAND NAME ONLY - NO EQUAL OR ALTERNATE PART WILL BE ACCEPTED. See Schedule B below. Vendor shall be an authorized Salwico Consilium Dealer. Vender shall provide verification documentation from OEM Manufacturer (Salwico Consilium). 

    Interested Vendors shall demonstrate the capability to provide all required materials, technical drawings/plans, labor, and installation services within the required performance schedule. Interested Vendors shall provide product/service details, Product Data Sheet, and cost breakdown IAW SOW for technical review.  Vendors shall provide a detailed cost breakdown to include all the specifications to be reviewed by a technical rep.

    NOTE: The USCG/Government reserves the right to Award on an All or None Basis, i.e., the Government may issue a Purchase Order (PO) to the offeror that submits the lowest aggregate price, rather than issue a PO to each offeror based on the lowest quotation on each item.

    As stated below, the provision at FAR 52.212-2- Evaluation-Commercial Items-applies with the following addenda:

    Award of a contract will be based on the following criteria: The purchase order will be awarded as a firm-fixed price contract using simplified acquisition procedures in accordance with FAR Part 13.5.

           1. Please provide any warranty information.
           2. Vendors MUST be registered in www.sam.gov

    The USCG/Government intends to award a purchase order resulting from this synopsis/solicitation to the responsible contractor whose quote conforms to the solicitation and is most advantageous and the best value to the Government, price and other factors considered.

    Please Note: Interested Offerors having the expertise as required are invited to submit a Firm Fixed Price quotation that will be considered by the agency. Quotations must be submitted on company letterhead stationery and must include the following information:

    (1) Cost Breakdown

    (2) Unit Cost

    (3) Extended Price

    (4) Total Price

    (5) Payment Terms

    (6) Discount offered for prompt payment

    (7) Company Unique Entity ID (UEI) and Cage Code..
     

    Quotes must be received no later than 27 May 2026 at 4 P.M. Eastern Standard Time. Email quotes are acceptable and shall be sent to Ms. Jackie Handley at:    Jacqueline.D.Handley@uscg.mil and carbon copy Contracting Officer, SKC Patricia Fremming at Patricia.M.Fremming@uscg.mil.
     

    Any questions or concerns regarding any aspect of the RFQ must be forwarded to Ms. Jackie Handley at email address - Jacqueline.D.Handley@uscg.mil and carbon copy Contracting Officer, SKC Patricia Fremming via email Patricia.M.Fremming@uscg.mil

    The following FAR Clauses and Provisions apply to this acquisition:

    • FAR 52.212-1 - Instructions to Offerors - Commercial Items (Sep 2023)
    • FAR 52.212-2 - Evaluation - Commercial Items (Nov 2021) Award will be made to the Offeror proposing the Best Value to the Government considering specification, price, past performance and quality.
    • FAR 52.212-3 - Offeror Representations and Certifications - Commercial Items (Oct 2025) to include Alt I (Feb 2024). Offeror shall complete annual representations and certification electronically via the System for Award Management (SAM) website accessed through https://www.sam.gov.
    • FAR 52.212-4 - Contract Terms and Conditions -Commercial Items (Nov 2023) with the following addenda.
    • FAR 52.212-5 - Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (Jan 2025)
    • FAR 52.252-2 - Clauses Incorporated by Reference (Feb 1998), the full text of the clause may be accessed electronically at https://acquisition.gov.
    • FAR 52.204-7 – System for Award Management (Nov 2024). Contractors are located and identified in SAM by their UEI number. Contractors are located and identified in SAM by their UEI number. To facilitate payment via Electronic Funds Transfer - SAM, contractors shall be registered in SAM. A UEI number can be obtained via https://www.dnb.com and SAM registration can be obtained via https://www.sam.gov.

    The following clauses, and others as directed by the Contracting Officer as applicable, shall apply to this awarded contract:

    • FAR 52.222-3 - Convict Labor (Jun 2003)
    • FAR 52.222-19 - Child Labor Cooperation with Authorities and Remedies (Jan2025) (E.O.13126).
    • FAR 52.222-35 - Equal Opportunity for Veterans (Jun 2020) (38 U.S.C. 4212).
    • FAR 52.222-36 - Equal Opportunity for Workers with Disabilities (Jun 2020) (29 U.S.C. 793).
    • FAR 52.222-37 - Employment Reports on Veterans (Jun 2020) (38 U.S.C. 4212).
    • FAR 52.222-50 - Combating Trafficking in Persons (Nov 2021) (22 U.S.C. chapter 78 and E.O. 13627).
    • FAR 52.225-1 - Buy American Supplies (Oct 2022) (41 U.S.C. chapter 83).
      (51) 52.225-13, Restrictions on Certain Foreign Purchases (Feb 2021) (E.O.’s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury).FAR 52.232-33 - Payment by Electronic Funds Transfer - Systems for Award Management (Oct 2018)
    • FAR 52.233-3 - Protest After Award (Aug 1996)
    • FAR 52.233-4 - Applicable Law for Breach of Contract Claim (Oct 2004)

    *The above/following clauses are incorporated by reference, entire clause(s) available at https://acquisition.gov.

    NOTICE TO OFFERORS CONCERNING REPRESENTATIONS AND CERTIFICATIONS:

    This solicitation contains FAR Clause 52.204-7, System for Award Management and FAR Provision 52.204-8, Annual Representations and Certifications. In accordance with FAR 4.1201 (a), prospective contractors shall complete electronic annual representations and certifications via SAM accessed through https://www.sam.gov. Please ensure completion prior to submitting a quote. Paragraph (b) of FAR 52.204-8 applies.

    System updates may lag policy updates. The System for Award Management (SAM) may continue to require entities to complete representations based on provisions that are not included in agency solicitations. Examples include 52.222-25, Affirmative Action Compliance, and paragraph (d) of 52.212-3, Offeror Representations and Certifications—Commercial Products and Commercial Services. Additional examples include 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders—Commercial Products and Commercial Services, and 52.213-4, Terms and Conditions—Simplified Acquisitions (Other Than Commercial Products and Commercial Services).

    Key dates

    1. May 12, 2026Posted Date
    2. May 27, 2026Proposals / Responses Due

    AI search tags

    Frequently asked questions

    OEM SALWICO CONSILIUM FIRE ALARM PANEL AND ASSOCIATED INSTALLATION SERVICES 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

    Stop searching. Start winning.

    AI-powered intelligence for the right opportunities, the right leads, and the right time.