Troubleshoot and Repair Fire Alarm System at U.S. Coast Guard, Base Boston, Boston, MA PSN 19818513
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
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 Department of Homeland Security, U.S. Coast Guard, CEU Providence has posted a Justification and Approval (J&A) for a sole-source procurement to Johnson Controls, Inc. This action is to troubleshoot and repair the fire alarm system at U.S. Coast Guard Base Boston, MA, specifically replacing antiquated Simplex 4100U Fire Alarm Control Units and associated detectors with compatible Simplex 4100S retrofit kits and devices. A solicitation announcement is estimated for June 27, 2025.
Scope of Work
This procurement involves:
- Retrofitting existing Simplex 4100U FACUs with Simplex 4100S retrofit kits.
- Replacing all existing smoke and heat detectors with Simplex manufactured equivalent devices.
- Installing new Simplex manufactured fire alarm devices as determined by the Designer of Record (DOR).
- Providing a single source for annual maintenance and testing by Johnson Controls.
Contract & Timeline
- Contract Type: Firm Fixed Price.
- Period of Performance: NTP + 16 Weeks.
- Funding: DLM-CSO, Fiscal Year 2025.
- Estimated Total Value: A full system replacement is estimated at $6,000,000.00 (this specific procurement's value is not fully detailed but is for a portion of this).
- Solicitation Number: TBD.
- Estimated Announcement Date: June 27, 2025, on SAM.gov.
- Published Date (J&A): March 11, 2026.
Eligibility & Justification
This is a Justification for Other Than Full and Open Competition, citing 10 U.S.C. 3204(a) and FAR Subpart 6.302-1 (Only One Responsible Source). Market research indicated that only Johnson Controls can provide compatible Simplex devices and software necessary for system interoperability and reliability, as they own the proprietary Simplex brand. Alternatives would risk system reliability and potentially require a full system replacement at a significantly higher cost. While the metadata indicates a general "Total Small Business Set-Aside" for the opportunity type, this specific procurement is justified as sole-source.
Evaluation
The contracting officer will determine the anticipated cost to be fair and reasonable.
Additional Notes
The existing Simplex system is proprietary, and mixing manufacturers is not recommended due to potential reliability issues. The Buy American Statute exception is not applicable.