Opportunity

SAM #FA568226QA001

Fire Alarm and Suppression System Maintenance for VM Hangar and SOF Facilities

Buyer

31st Logistics Readiness Squadron

Posted

March 25, 2026

Respond By

April 01, 2026

Identifier

FA568226QA001

NAICS

561621, 238290

This opportunity seeks a qualified contractor to provide ongoing maintenance for fire alarm and suppression systems at U.S. Air Force facilities in Campia Turzii, Romania. - Government Buyer: - U.S. Air Forces in Europe, 31st Contracting Squadron (31 CONS) - OEM Highlight: - Olympia Electronics is the specified Original Equipment Manufacturer (OEM) - Products/Systems Covered: - Olympia Electronics BSR-1004 Analogue Addressable Fire Alarm Panel - Connected peripheral devices (detectors, modules, etc.) - Water-based suppression systems (fire pumps, water reservoir tanks, liners, bladders, air compressors, tamper switches, pressure switches, flow switches) - Services Requested: - Semi-annual inspection and testing - Smoke detector cleaning - Preventive and emergency maintenance - Deficiency correction and technical assistance - Compliance reporting (service schedules, reports, certificates, weekly summaries) - Unique/Notable Requirements: - All work and replacement parts must meet or exceed Olympia Electronics OEM specifications - Compliance with European standards EN 54-2, EN 54-4, CE Mark, and local regulations - Technicians must be certified, licensed, insured, and able to respond to emergencies - Language proficiency and five years of relevant experience required - Period of Performance: - One base year (12 months) with up to four additional one-year option periods - Place of Performance: - VM Hangar and SOF facilities, Campia Turzii, Romania

Description

1.0 General Information 1.1 Description of Services & Introduction This Performance Work Statement (PWS) requires a contractor to provide all personnel, equipment, tools, materials, supervision, and other non-personnel services necessary to perform comprehensive inspection, testing, and maintenance (ITM) for the existing fire alarm and suppression systems installed at the VM Hangar and SOF facilities, as defined in this PWS. The contractor shall perform all services to the standards specified in this contract. 1.2 Background The facilities are equipped with an Olympia Electronics analogue addressable fire alarm system and associated water-based suppression systems. Proper maintenance and inspection are critical to ensure the safety of all personnel and the protection of government property. 1.3 Objectives The primary objective of this contract is to ensure the fire alarm and suppression systems are maintained in a constant state of readiness and full operational capability, compliant with all applicable standards and manufacturer requirements. 1.4 Scope The contractor shall provide all necessary management, supervision, labor, materials, tools, and equipment to perform comprehensive ITM, smoke detector cleaning, repair services, and technical assistance for the fire alarm and water-based suppression systems. This scope covers the Olympia Electronics BSR-1004 Analogue Addressable Fire Alarm Panel, all connected peripheral devices, and all water-based suppression systems and associated equipment as detailed in Section 2.0. 2.0 Equipment to be Serviced This PWS requires a contractor to provide services for the existing fire alarm and suppression systems installed at the facility. The contractor shall be responsible for all labor, tools, materials, and supervision necessary to perform maintenance, inspection, and potential repair or replacement services on the equipment detailed below. 2.1 Fire Alarm Control Panel Specifications The fire alarm system is controlled by an Olympia Electronics analogue addressable panel. All work must be compatible with this specific model and its associated components. Specification Details Equipment Type Analogue Addressable Fire Alarm Panel Manufacturer Olympia Electronics Model BSR-1004 Serial Number (S/N) 2938 System Type Analogue Addressable System Capacity 4 Loops Repeater Panel Compatible with BSR-1000 Repeater Panel Power Supply 220-240V AC, 50-60Hz, 130VA Max Enclosure Rating IP30 Country of Origin Greece 2.2 WATER BASED SUPPRESSION SYSTEMS These systems include but, are not limited to all associated equipment such as: tamper switches, pressure switches, flow switches, fire pumps, water reservoir tanks, liners, bladders, and air compressors. The Contractor’s area of service responsibility starts at Main Control Valve (MCV) (e.g., Post Indicator valve) with its tamper switch (if provided) and applies to all water suppression systems downstream of MCV. 2.3 Compliance and Standards The contractor must ensure that all work performed, and any parts or components replaced, meet or exceed the original equipment manufacturer (OEM) specifications and comply with the following European standards to which the panel is certified, as well as all applicable local and national standards, regulations, and laws for the installation location. • EN 54-2:1997+A1:2006 (Control and indicating equipment) • EN 54-4:1997+A1:2002+A2:2006 (Power supply equipment) • CE Mark (Notified Body: 1293) • Construction Products Regulation (CPR) No: 1293 - CPR - 0658 Rev.1 • Declaration of Performance (DoP) No: 921100400_59_001 The contractor is responsible for verifying all site conditions and equipment details prior to commencing work. 3.0 Scope of Work 3.1 Required Tasks Task Description 3.1.1 Semi-Annual System Inspection & Testing Conduct a complete functional and visual inspection of 100% of the fire alarm system components on a semi-annual basis. This includes testing every smoke detector, manual call point, and audible/visual notification appliance to ensure proper operation and communication with the main control panel, in line with UNI 11224 requirements for addressable systems. 3.1.2 Smoke Detector Cleaning As part of the ITM service, clean all addressable smoke detectors that indicate a 49% or higher analog level at the FACP. The contractor must download and provide a status report from the FACP before and after cleaning. 3.1.3 Preventive Maintenance Clean all system components as needed, check for environmental changes affecting device performance, and perform all manufacturer-recommended preventive maintenance actions during scheduled visits. 3.1.4 Emergency and Extraordinary Maintenance Provide emergency, on-call repair services to correct any system deficiencies or malfunctions. The contractor must respond and be onsite within 4 normal working hours after receipt of a service call. 3.1.5 Deficiency Correction Correct all deficiencies identified during inspection or testing. Minor deficiencies shall be corrected during the inspection visit. For major deficiencies requiring parts or extended labor, the contractor shall provide a written quote for repair within 5 business days of discovery. 3.2 Deliverables and Reporting Deliverable Description 3.2.1 ITM Service Schedule No later than ten (10) working days after award of the contract, the contractor shall submit a detailed schedule for all mandatory ITM services for approval. This schedule must be adhered to and updated as necessary. 3.2.2 ITM Service Report Within two (2) working days of completing any inspection, the contractor shall submit a detailed dual-language report. The report must include a list of all devices tested, their status (pass/fail), a description of any deficiencies found, and the corrective actions taken or recommended. 3.2.3 Certificate of Compliance Upon completion of the first semi-annual inspection and annually thereafter, the contractor shall provide a formal Certificate of Compliance stating that the fire alarm system is fully operational and meets all relevant EN 54 and local fire code standards. 3.2.4 Emergency / Extraordinary Service Report A service report shall be provided by the second working day following the completion of any emergency or extraordinary repair, detailing the nature of the fault, cause, description of work completed, hours expended, and materials used. 3.2.5 Weekly Service Submittals The contractor shall provide a weekly summary including a parts history summary, a work order tracker, and performance metrics. 4.0 Period of Performance The period of performance for this contract will be for one (1) Base Year of twelve (12) months, with the possibility of four (4) additional one-year Option Periods. The exercise of any Option Period will be at the sole discretion of the Government. Period Duration Start Date End Date Base Year 12 Months [Insert Start Date] [Insert End Date] Option Year 1 12 Months [Insert Date] [Insert Date] Option Year 2 12 Months [Insert Date] [Insert Date] Option Year 3 12 Months [Insert Date] [Insert Date] Option Year 4 12 Months [Insert Date] [Insert Date] 5.0 Contractor Qualifications The Contractor must meet the following minimum qualifications to be considered technically acceptable for this contract. 5.1 Corporate Experience The Contractor shall have a minimum of five (5) years of continuous corporate experience in the inspection, testing, maintenance, and repair of commercial-grade, analogue addressable fire alarm systems. 5.2 Technician Certification and Training All technicians must be fully trained and certified to work on analogue addressable fire alarm systems. 5.3 Key Personnel The Contractor shall appoint key personnel, including a primary and alternate point of contact, who are responsible for the performance of the work. 5.4 Language Proficiency All contractor personnel must be proficient in the local language. Key personnel who interact with the Contracting Officer's Representative (COR) must also be proficient in English. 5.5 Licensing and Insurance The Contractor must possess and maintain all required local, state, and national licenses and permits necessary to legally perform fire alarm system services. 5.6 Emergency Response Capability The Contractor must demonstrate the capability to meet the emergency response time requirements as specified in Section 3.1.4.

View original listing

Get AI summaries, saved searches, and real-time alerts for new opportunities. Sign up free · Sign in