Upgrade Fire Detection System at FDC Honolulu, Hawaii
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 Federal Bureau of Prisons (FBOP) is conducting market research through a Sources Sought notice for a firm-fixed-price construction contract to upgrade the fire detection system at the Federal Detention Center (FDC) in Honolulu, Hawaii. This notice is for market research purposes only and is not a solicitation. The FBOP is specifically seeking small business contractors for this project. Responses are due by April 3, 2026.
Scope of Work
The project involves a comprehensive upgrade of the fire detection system at FDC Honolulu, an 8-story facility built in 1998. Key requirements include:
- Installation of a new addressable, automatic, and manual fire alarm system for the entire building.
- Integration of a voice evacuation system and smoke control system.
- Provision of a firefighter's two-way communication system.
- Radio signal strength testing in accordance with IFC510.4.
- Wiring systems meeting Level 3 Pathway Survivability (2-hour rated cables in metallic conduits) for the fire alarm network and firefighter's communication, and Level 1 for all other wiring.
- A new UL listed central monitoring and control workstation in the Control Room.
- Installation of Fire Alarm Control Units (FACUs), remote booster power supply (NAC) units, voice evacuation amplifiers, and remote annunciators on select floors.
- Interfacing with mechanical units, smoke dampers, fire sprinkler systems, Post Indicator Valves (PIV), and Kitchen Fire Suppression (Ansul) systems.
- Programming, configuration, testing, inspection, and commissioning of the entire system.
- Installation of new 20A, 120V circuit breakers and power branch circuits.
- Addressing challenges such as congested ceiling spaces, potential hazardous materials (lead-based paints, asbestos), and CMU/Concrete walls requiring core drilling.
- Certifications by a qualified design professional (NICET Level 3 minimum or Licensed Professional Engineer).
Contract & Timeline
- Type: Sources Sought (Market Research)
- Estimated Magnitude: Between $5,000,000 and $10,000,000
- NAICS Code: 238210 (Electrical Contractors and Other Wiring Installation Contractors)
- Small Business Size Standard: $19 million
- Response Due: April 3, 2026, by emailing the completed questionnaire to Julie Bergami at jbergami@bop.gov.
- Published: March 24, 2026
Set-Aside
This is a Small Business Sources Sought notice. The FBOP is specifically seeking small business contractors. Interested firms must have their business size metrics in SAM.gov less than or equal to the specified size standard.
Additional Notes
This is for market research only; a pre-solicitation synopsis with instructions for bidders will be posted later. Interested vendors must be registered in SAM.gov, fill out the provided questionnaire, and add their names to the Interested Vendors List on SAM.gov. Access to controlled documents requires an active SAM.gov vendor registration and approval.