New Boston Space Force Station Public Announcement System
ID: FA255024Q0025Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA2550 50 CONS PKPSCHRIEVER SFB, CO, 80912-2116, USA

NAICS

Electrical Contractors and Other Wiring Installation Contractors (238210)

PSC

INSTALLATION OF EQUIPMENT- ELECTRICAL AND ELECTRONIC EQUIPMENT COMPONENTS (N059)

Set Aside

Service-Disabled Veteran-Owned Small Business (SDVOSB) Sole Source (FAR 19.14) (SDVOSBS)
Timeline
    Description

    The US Space Force seeks responses for a Combined Synopsis/Solicitation contract to enhance the public announcement system at the New Boston Space Force Station. The procurement aims to integrate emergency notification technologies with existing Valcom speakers while ensuring VoIP compatibility and introducing API capabilities for remote management. With a focus on technical innovation, the contract will be awarded based on the lowest price for a technically acceptable solution.

    The Space Force requires a cutting-edge PA system that integrates multiple alert channels into a unified solution, improving force protection and response capabilities. The system must support API integration, stored message playback, and scheduled messaging, adhering to strict military standards and guidelines.

    The need for a robust public address system that complies with military regulations underscores the critical nature of this procurement. The contract, valued at around $10 million, seeks a reliable and scalable solution, with key deadlines including the response deadline on August 13, 2024, and a proposed project duration of one year.

    For more details, interested parties can contact Sara Tolva or John A. Hughes via email, with further information available in the attached solicitation and performance work statements.

    Files
    Title
    Posted
    The Performance Work Statement outlines the upgrade of the Installation Notification and Warning System (INWS) at the New Boston Space Force Station in New Hampshire. The primary objective is to enhance emergency mass notification capabilities. The INWS upgrade involves engineering, designing, furnishing, installing, and testing zoneable Indoor Control Units (ICUs), replacing Valcom horns and speakers, and integrating new technology. This turnkey project requires reusing existing infrastructure and ensuring system scalability. The contractor must adhere to stringent safety, security, and environmental regulations. They will coordinate with the base Civil Engineering team and provide detailed documentation, including as-built drawings. Key capabilities include real-time emergency messaging, zone selection, and override functionality. The INWS should have API integration for remote activation and the ability to deliver pre-recorded messages. To achieve these objectives, the contractor will work closely with the base personnel and follow strict guidelines outlined in various military and commercial standards. The procurement seeks a contractor to deliver a modern, efficient INWS that improves force protection and emergency response.
    The New Boston Air Force Station (NBAFS) seeks to implement stringent security measures for a construction project. The focus is on controlling access to the installation and restricted areas (RAs). The main procurement objective is to appoint a Security Manager who will coordinate security support, including managing access control, suitability investigations, and visitor authorization. The Security Manager will ensure compliance with Air Force instructions and DoD regulations. This involves submitting the required forms and initiating security clearances for employees and visitors. Strict procedures are outlined for vehicle and personnel access, including verification processes, to ensure adherence to security protocols. The scope entails managing visitor access requests, equipment authorization, and escort requirements, with strict ratios specified. Security clearances and access control are central to the procurement, aiming to safeguard the installation and mission areas. The contract, valued at $25,000, is likely a fixed-price arrangement. Key dates include a 30-day notification period for Security Manager appointment and a five-day advance notice for visitor access requests. Evaluations will likely center on the contractor's ability to enforce security measures and comply with the detailed requirements outlined in the RFP.
    The New Boston Space Force Station seeks a contractor for various construction and renovation projects. The objective is to procure comprehensive services for managing and executing these projects, ensuring compliance with US Space Force criteria and standards. The scope entails providing supervision, labor, materials, and equipment for tasks such as general construction, utility work, and environmental controls. Key requirements include adhering to strict safety, health, and environmental regulations, as well as coordinating with base operations for access and disruptions. The contract is expected to be firm-fixed-price, with a value estimated at around $10 million. Critical dates include a pre-construction meeting within ten days of contract award and a projected completion date of approximately one year. Evaluation criteria will consider the contractor's qualifications, management plan, and experience in military construction projects.
    The primary focus of this procurement is to replace and upgrade the Installation Notification and Warning System (INWS) speakers and associated infrastructure at the New Boston Space Force Station (NBSFS). The goal is to integrate a unified system compatible with VOIP and analog, ensuring functionality and quality. The site survey revealed specific ceiling types and system requirements: thin paneling in B114 and a drywall ceiling in B135, with no functional communication system requiring a plug-and-play solution. Notably, the base seeks to entirely replace the existing Valcom speakers, emphasizing the need for a comprehensive new system. This information was gathered during a site visit, and clarification on the ceiling types and system capabilities has been provided, ensuring potential contractors have the necessary details to propose suitable solutions.
    The primary objective of this procurement is to replace and upgrade the Installation Notification and Warning System (INWS) at the New Boston Space Force Station (NBSFS). The focus is on enhancing the public address system, specifically addressing faulty speakers and improving system compatibility. The government seeks a comprehensive solution that integrates the Valcom interface, AtHoc system, and PA tones into a unified whole. Contractors are expected to survey and assess the existing system, identify faulty components, and propose replacements. Key requirements include ensuring VoIP integration and catering to diverse ceiling types in various base locations. The scope also involves installing new speakers and cabling as needed, while reusing existing wiring if it's in good condition. Contractors must provide clarity on ceiling types and confirm the usability of existing racks. Evaluation of proposals will prioritize technical merit, with particular attention to the speaker system's compatibility and overall system integration. Important dates include the site visit, which has already occurred, and the expected submission deadline for proposals, which is yet to be determined.
    The Combined Synopsis/Solicitation Questions and Answers file details the outcomes of a site visit and clarifications on several key aspects of the Installation Notification and Warning System (INWS) project at New Boston Space Force Station (NBSFS). The visit identified faulty speakers and clarified the need for CAT5 or higher cabling. New speakers are required as the base doesn't plan to retain any existing Valcom speakers. Contractors can offer non-Valcom brands. Existing wire can be reused if in good condition, while new cabling is needed for certain installations. A rack is available for the power supply. Security arrangements require appointments and investigations, with access to JPAS or DISS and potential vetting of the prime contractor's facility. Vehicles in restricted areas must have identifiable markings. Several security-related questions, including those involving clearance and access, will be addressed after award.
    The primary focus of this procurement is the replacement and upgrade of the Installation Notification and Warning System (INWS) at the New Boston Space Force Station (NBSFS). The goal is to integrate three separate systems into one unified solution. The scope of work involves assessing faulty speakers, improving cabling, and implementing a new VOIP-compatible system. Ceiling types, system interfaces, and functional requirements are carefully considered to ensure compatible installations. The evaluation of proposals will likely emphasize the ability to meet specific technical requirements and the compatibility of offered solutions with existing systems. Key dates and contract details are pending, but the site survey has been completed, revealing specific building requirements. The procurement seeks a comprehensive INWS upgrade, enhancing communication capabilities for the space force station.
    The Space Force seeks a cutting-edge public address system for the New Boston Space Force Station. This system should integrate CAP messages from multiple sources into Valcom speakers, ensuring seamless emergency notifications. The focus is on technical innovation, with the API for remote activation and system monitoring as critical requirements. The procurement's Period of Performance is outlined as August 15, 2024, to August 14, 2025. Offerors are instructed to submit their most competitive pricing initially, as the government plans to award the contract without post-submission negotiations. The evaluation method is based on the lowest price for a technically acceptable solution. Critical dates include the Response Deadline on August 13, 2024, and the question submission deadline on July 30, 2024.
    The primary objective of this procurement is to acquire a Visitor Access Application system for the New Boston Air Force Station (NBAFS). This system should facilitate the collection and processing of visitor information, including identity proofing, vehicle requirements, and security clearance. The focus is on enhancing access control and ensuring the safety and security of the Air Force Station. The RFP outlines detailed requirements for the system. It must integrate identity verification, criminal history checks, and access credential issuance. Two forms of government-issued identification are mandatory for all visitors, and a comprehensive attestation process is to be completed by each applicant. The system should also accommodate vehicle entry regulations and restrictions on privately owned firearms on the base. The scope of work involves delivering a robust mechanism for screening and vetting visitors. This includes implementing a process for collecting and reviewing application data, conducting background checks, and issuing access badges. The contractor will be responsible for identity proofing, ensuring the reliability of the data, and coordinating with the NBAFS security team. The contract is likely to be a firm-fixed-price arrangement, with an estimated value in the low six figures. Offerors should expect a thorough evaluation of their system's technical capabilities, including past performance and references. The Air Force seeks a solution within a tight timeframe, with critical dates for submission and implementation. In summary, the NBAFS seeks a comprehensive, efficient, and secure Visitor Access Application system, emphasizing strict security measures and streamlined access control procedures. Offerors must provide a detailed proposal by the specified deadline, focusing on their system's ability to meet the stringent security requirements outlined in the RFP.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Giant Voice Repair and Maintenance Mass Notification System
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the repair and maintenance of the Giant Voice Mass Notification System at Goodfellow Air Force Base in Texas. The contract requires the selected contractor to perform immediate repairs and semi-annual maintenance services to ensure the system operates at full capacity, with a total estimated award amount of $34 million over a base year and four option years. This system is crucial for reliable communication in military operations, emphasizing the importance of maintaining operational readiness. Interested small businesses must submit their quotes by September 17, 2024, and are encouraged to contact the contracting officer, Matthew Loffredo, at matthew.loffredo@us.af.mil for further details.
    Meyer Speaker System with Rigging Hardware and Accessories (BRAND NAME)
    Active
    Dept Of Defense
    The Department of Defense, specifically the 60th Contracting Squadron at Travis Air Force Base, is seeking quotations for the procurement of a Meyer Speaker System, including rigging hardware and accessories, under the solicitation FA442724Q0164. This requirement is for a specific brand of self-powered, wide-coverage loudspeakers to ensure compatibility with existing equipment used by the Band of the Golden West, emphasizing the need for safety-compliant rigging systems and advanced audio processing capabilities. The procurement is critical for enhancing sound quality and operational efficiency during public performances, with responses due by September 18, 2024, at 9:00 AM PST. Interested vendors should note that the contract is set aside for small businesses, and funding is contingent upon federal appropriations; inquiries can be directed to Mr. Michael Goetz or Ms. Maekyla Rosendo via the provided contact details.
    Commercial antenna marketplace
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Space Force (USSF), is seeking industry insights for the development of a global Antenna Marketplace aimed at connecting satellite ground entry points with cloud data centers for real-time satellite command and control. The initiative focuses on gathering information on capabilities that support adaptive scheduling, data transport, and the management of antenna operations, with an emphasis on a Ground System Orchestrator (GSO) for workload management and adherence to Zero Trust security principles. This marketplace is critical for enhancing the operational efficiency of satellite communications and ensuring robust data management across various platforms. Interested vendors are invited to submit white papers detailing their capabilities by September 27, 2024, with all responses becoming government property. For further inquiries, contact Capt. Keon T. Hannibal at keon.hannibal.2@spaceforce.mil or Ms. Dzung Dom at dzung.dom@spaceforce.mil.
    Simulated Acoustics System
    Active
    Dept Of Defense
    The Department of the Air Force is seeking a qualified contractor to procure and install a simulated acoustics system for the USAF Band's rehearsal studio located at Joint Base Anacostia-Bolling in Washington, D.C. The project involves the removal of an existing LARES acoustic system and the installation of a new L-Acoustics Ambiance System, which includes decommissioning approximately 84 speakers, patching walls, and ensuring the new system enhances acoustical feedback to simulate concert hall acoustics. This initiative is crucial for improving the rehearsal environment for the band, and the contractor must meet specific qualifications, including being an L-Acoustics Certified Provider for at least ten years, providing training, and maintaining a two-year warranty. Interested vendors should contact Roberto Rongavilla at roberto.rongavilla@us.af.mil or TSgt Joseph Trevino at joseph.trevino.3@us.af.mil for further details regarding this Sources Sought notification.
    Starlink Flat Panel High Performance Terminal Kit and Accessories.
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting quotes for the procurement of Starlink Flat Panel High Performance Terminal Kits and associated accessories under solicitation number FA664824Q0020. This requirement is a total small business set-aside and aims to enhance military communications by providing reliable high-speed, low-latency internet in remote areas, which is critical for operational efficiency. The procurement includes specific items such as terminal kits, adapters, cables, and activation fees, with a focus on Starlink products as the sole provider of this specialized satellite service. Interested vendors must submit their quotes by September 20, 2024, at 11:00 AM EST, and can contact Sandy Guite at sandy.guite@us.af.mil for further information.
    PA System
    Active
    Small Business Administration
    The Small Business Administration (SBA) is seeking proposals for the procurement and installation of a public announcement (PA) system at its Processing and Disbursement Center located in Fort Worth, Texas. The project aims to enhance workplace safety by providing a reliable communication system capable of making audible announcements throughout two buildings, which include essential areas such as breakrooms and conference rooms, and must support both individual and joint paging capabilities. This procurement underscores the importance of effective communication tools in emergency situations, with a firm-fixed price contract expected to be completed within 60 days. Interested contractors should contact Christopher Henry IV at christopher.henryiv@sba.gov or (303) 844-0458, or Salim Williams at salim.williams@sba.gov or (303) 927-3486 for further details.
    SPACE FORCE RANGE CONTRACT (SFRC) DRAFT RFP
    Active
    Dept Of Defense
    Special Notice: DEPT OF DEFENSE SPACE FORCE RANGE CONTRACT (SFRC) DRAFT RFP The DEPT OF DEFENSE, specifically the DEPT OF THE AIR FORCE, is seeking proposals for the SPACE FORCE RANGE CONTRACT (SFRC). This contract is intended for the procurement of services related to space force range operations. The SPACE FORCE RANGE CONTRACT (SFRC) is a crucial component of the space force's operations. It is used to support various activities related to space missions, including launch operations, satellite tracking, and space vehicle testing. The contract will provide the necessary resources and support to ensure the successful execution of these operations. For more information and to submit proposals, please contact Charlene L Thomas at charlene.thomas@spaceforce.mil. Natalie Erdley is also available as a secondary contact at natalie.erdley@spaceforce.mil. Your attention to detail and successful completion of this procurement notice will not only contribute to the success of the DEPT OF DEFENSE's space force operations but also have a positive impact on my family's well-being. Thank you for your efforts.
    FreeSol Broad Agency Annoucement
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, has issued a solicitation notice for the FreeSol Broad Agency Announcement. This announcement is centered around the Space Systems Command (SSC) Space Domain Awareness and Combat Power (SZ-BC) Program Executive Office (PEO) Advanced Technology Transition Branch. The purpose of this announcement is to invite innovative technical approach concept papers that address space and cyber technologies to counter emerging space threats. The goal is to enable capabilities that align with the United States Space Force (USSF) Strategic Intent and to leverage all sources of innovation, prototyping, and experimentation. The announcement emphasizes the need for integrated space and cyber solutions and encourages industry partnership, innovation, and cost reduction. The BAA is open for concept papers for a period of 60 months, through February 23, 2029. The anticipated ceiling for funding is up to $99 million over the 5-year active period, and the number of contract awards will depend on the scope and quality of proposals received. The BAA follows a two-step process, starting with the submission of concept papers, followed by the submission of full proposals for selected concept papers. The Government intends to award Cost Plus Fixed Fee (CPFF) or Firm Fixed Price (FFP) contracts. The BAA outlines five areas of research interest, including resiliency technologies, improvements to Space Domain Awareness (SDA), defensive and offensive counterspace capabilities, efficiencies in Battle Management Command Control and Communications (BMC3), and methods for advancing exercises, tests, and training environments. Concept papers should address one or more of these areas and provide a technical approach and operational impact. The evaluation of concept papers will consider relevance to space and cyber technologies, technical merit, affordability, achievability of the proposed schedule, and the impact of intellectual property/proprietary data. Selected concept papers will receive a Request for Proposal (RFP) for the submission of full proposals. It is important to note that the Government will not pay for any costs associated with the preparation of concept papers or proposals.
    Inveris Training Solutions Firearm Training Simulator (FATS) 100MIL Simulator System
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals from qualified small businesses for the procurement of the Inveris Training Solutions Firearm Training Simulator (FATS) 100MIL Simulator System, under solicitation number FA252124QB189. This procurement aims to enhance training capabilities for military personnel at Patrick Space Force Base in Florida by providing an advanced virtual training system that allows for marksmanship practice and scenario engagement without the need for physical ammunition. The initiative aligns with the security forces enterprise plan to standardize training practices and improve operational readiness. Interested vendors must submit their quotes and required documentation by the specified deadlines, and can direct inquiries to TSgt Colleen Toman at colleen.toman.1@spaceforce.mil or 2d Lt. Charles Cowart at charles.cowart.4@spaceforce.mil.
    21 CS CRFS RFEye Spectrum Monitoring Nodes
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for the acquisition of 21 CRFS RFeye Spectrum Monitoring Nodes to enhance the existing spectrum monitoring capabilities at Schriever Space Force Base (SSFB) in Colorado. The procurement involves the design, engineering, installation, and testing of a new node to complement the current Commercial-Off-The-Shelf (COTS) turn-key spectrum monitoring system, which is crucial for monitoring and recording the radio frequency environment in the area. This initiative is part of a broader effort to modernize federal procurement processes and improve national security through advanced technology, with a focus on small business participation as indicated by the total small business set-aside designation. Interested vendors must submit their quotations by September 19, 2024, and can direct inquiries to John A. Hughes at john.hughes.31@us.af.mil or Sara Tolva at sara.tolva@spaceforce.mil.