SOURCES SOUGHT
63 -- SOURCES SOUGHT FOR DET-TRONICS EQP FIRE DETECTION/RCU COMPONENTS; NAVFAC HAWAII, JOINT BASE PEARL HARBOR-HICKAM, HAWAII
- Notice Date
- 12/16/2025 12:51:38 PM
- Notice Type
- Sources Sought
- NAICS
- 334290
— Other Communications Equipment Manufacturing
- Contracting Office
- NAVFACSYSCOM HAWAII PEARL HARBOR HI 96860-3139 USA
- ZIP Code
- 96860-3139
- Solicitation Number
- N62478CON31FY2604
- Response Due
- 12/23/2025 2:00:00 PM
- Archive Date
- 01/07/2026
- Point of Contact
- JESSICA SHIMODA
- E-Mail Address
-
jessica.a.shimoda.civ@us.navy.mil
(jessica.a.shimoda.civ@us.navy.mil)
- Description
- The Government intends to procure, under only one responsible source, where no other suppliers or service will satisfy the agency requirements. The Naval Facilities Engineering Command, Hawaii is conducting market research to determine if other potential products/sources can provide for a fire alarm detection and releasing control unit that has the same requirements/specifications as the Eagle Quantum Premier Fire Detection/Releasing Control Unit, manufactured by Det-Tronics, 6901 West 110th Street, Minneapolis, MN 55438. The alternate product/source must meet the following requirements/specifications: Comply with UFC 4-021-01 Aircraft Maintenance Hangars (latest version). Comply with NFPA 72, National Fire Alarm and Signaling Code (latest Edition). UL listed or FM approved fire alarm signaling system and UL listed or FM approved for releasing service. UL listed or FM approved for use in Class I Div 2 hazardous locations as defined in NFPA 72, National Electrical Code (latest edition). Provide monitoring and control of Det-Tronics X3301 Multispectrum Infrared Flame Detector, manufactured by Det-Tronics, 6901 West 110th Street Minneapolis, MN 55438. Provide an addressable, microprocessor-based fire alarm controller with programmable logic to provide automatic and manual detection, annunciation, fire suppression system releasing service, and programmable output relays for auxiliary functions. This notification is for market research purposes only and should not be construed as a commitment of any kind by the U.S. Government to issue a solicitation, request for proposals, quotes or invitation for bids or award a contract. Interested parties with a comparable product meeting the requirements described in this announcement are invited to submit complete technical data, information and specifications in order for the Government to conduct an evaluation of your product to ensure compatibility with the existing system. Technical response shall be typed, at least 11 point Times New Roman or larger and shall not exceed 2 pages single-sided 8.5 by 11 inch pages and submitted in Adobe PDF format. Also, provide company information and point of contact (name, title, email, phone, mailing address). The Government will not reimburse any responder for any costs associated with information submitted in response to this sources sought announcement. Any information provided to the Government in response to this request for information (RFI) will become U.S. Government property and will not be returned. All proprietary or classified information will be treated appropriately. The Government reserves the right to disregard any submittal that is incomplete or vague. Please do not submit your company brochure. Interested parties shall submit information and specifications to Ms. Jessica Shimoda, Contracting Officer via email at jessica.a.shimoda.civ@us.navy.mil. Interested parties responding to this announcement by Tuesday, December 23, 2025 at 12:00 p.m. Hawaii Standard Time will be considered.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/9454329be835431289af0c91772e8bf2/view)
- Place of Performance
- Address: JBPHH, HI 96860, USA
- Zip Code: 96860
- Country: USA
- Zip Code: 96860
- Record
- SN07668160-F 20251218/251216230041 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |