Monaco
ID: W50S7G25Q0003Type: Special Notice
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW7NJ USPFO ACTIVITY MOANG 139SAINT JOSEPH, MO, 64503-9307, USA

NAICS

Security Systems Services (except Locksmiths) (561621)

PSC

INSPECTION- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS (H363)
Timeline
    Description

    The Department of Defense, specifically the Missouri Air National Guard, intends to award a sole source contract to Monaco Enterprises, Inc. for the maintenance and management of the D-21 Emergency Management system at the 139th Fire Department and Civil Engineering facility in Saint Joseph, Missouri. The contractor will be responsible for providing preventative maintenance, software updates, operator training, and priority issue resolution for the Emergency Alarm System, which Monaco Enterprises originally installed and has maintained since its inception. Interested parties are invited to submit a capability statement to TSgt Amanda Glise by 12:00 P.M. on May 15, 2025, at amanda.glise@us.af.mil, as this opportunity is being solicited under FAR 6.302-1(a) for other than full and open competition, with no funds available for response preparation.

    Point(s) of Contact
    No information provided.
    Files
    No associated files provided.
    Lifecycle
    Title
    Type
    Monaco
    Currently viewing
    Special Notice
    Similar Opportunities
    FY26 Construction Forecast: Jefferson Barracks ANGS, St. Louis MO
    Dept Of Defense
    The Department of Defense, through the Department of the Army, is forecasting several construction and repair contract opportunities at Jefferson Barracks Air National Guard Station in St. Louis, Missouri, for fiscal year 2026. The anticipated projects include constructing vehicle operations covered parking with rooftop solar panels, repairing the roof of Building 99, and various smaller repair initiatives across multiple buildings, with most projects set aside for small businesses. Interested vendors are encouraged to submit their SAM UEI number, bonding capacity, and a summary of their capabilities to the primary contacts, MSgt Joe Bernier and SMSgt Mark Phillips, via email, as there is no deadline for submissions. The projected contract values range from less than $25,000 to over $5 million, with updates to the opportunity provided periodically throughout the fiscal year.
    LTUY202129 Repair Building 290 Boiler
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking proposals for the replacement of a boiler in Building 290 at the Jefferson Barracks Air National Guard Station in Saint Louis, Missouri. The project involves the installation of a new high-efficiency condensing boiler, along with associated piping, valves, a water treatment system, boiler controls, and a new pump and motor, emphasizing energy efficiency and compliance with applicable codes. This contract, which is set aside for small businesses, has a budget of $60,000 and a completion timeline of 60 calendar days post-award. Interested contractors must register in the System for Award Management (SAM) and are encouraged to attend a pre-proposal conference on January 7, 2026, with proposals due by January 22, 2026. For further inquiries, contact MSgt Joe Bernier at joseph.bernier.1@us.af.mil or SMSgt Mark Phillips at mark.phillips.18@us.af.mil.
    Dome Maintenance Minot AFB
    Dept Of Defense
    The Department of Defense, through the 5th Contracting Squadron at Minot Air Force Base (AFB), is soliciting proposals for preventative maintenance and repair services for the Air-Supported Dome, also known as "The Dome." The contractor will be responsible for providing all necessary personnel, equipment, tools, materials, transportation, and supervision to ensure the operational integrity of critical systems, including inflation, generators, HVAC, and lighting, as outlined in the attached performance work statement. This contract is set aside for 100% small business concerns under NAICS code 811310, with a firm-fixed-price award anticipated for a performance period from January 31, 2026, to January 30, 2032. Interested parties must submit their quotes by January 5, 2026, and are encouraged to contact SrA Francesco Haydo at francesco.haydo@us.af.mil or 701-723-2892 for further information.
    Renovation Bldg. 52, Kansas Air National Guard, McConnell AFB, Kansas
    Dept Of Defense
    The Department of Defense, through the Department of the Army, is seeking contractors for the renovation of Building 52 at McConnell Air Force Base in Kansas. This project involves the use of specific brand-name items to ensure compliance with standards for security alarm systems, fire alarm systems, utility meter readings, and direct digital controls systems. The identified brands include Advantar Alarm System, Notifier Fire Alarm System by Honeywell, and Schneider Electric products, which are critical for maintaining operational integrity at the base. Interested contractors can reach out to Jeri L. Halterman at Jeri.l.Halterman@usace.army.mil or by phone at 816-389-2198 for further details regarding the procurement process.
    B491 Fire Alarm Repair
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals from qualified small businesses for the repair of fire alarm systems at Facility B491, Offutt Air Force Base in Nebraska. The contractor will be responsible for providing all necessary equipment and labor to repair and rebuild the Simplex 4100ES Fire Alarm Control Panel, ensuring network communication with Facility B492 for fire pump activation. This project is critical for maintaining safety and compliance with fire control standards, and the total estimated award amount is $25 million. Interested parties must submit their proposals by January 5, 2026, and are encouraged to attend a site visit on December 16, 2025, with questions due by December 19, 2025. For further inquiries, contact SrA Jason Arizmendi at jason.arizmendi@us.af.mil or Lt Ryan Brewster at ryan.brewster.3@us.af.mil.
    Notice of Intent to Sole Source to Brigham Young University
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force at Vandenberg Space Force Base, intends to award a sole source contract to Brigham Young University for the acquisition of sonic boom acoustic monitoring stations and the analysis of measured acoustic data. This procurement aims to address the need for long-term and short-term monitoring of ascent sonic booms and launch noise, utilizing proprietary software that only Brigham Young University possesses, which is essential for processing and analyzing the data collected from Government-owned monitoring stations. The contract is expected to be a firm fixed price for a duration of one year, with a business size standard of $19 million under NAICS code 541690. Interested parties may submit capability statements or proposals by 10:00 AM PST on December 17, 2025, to the primary contacts, SSgt Deywan Hunt and Scott Yeaple, via their provided email addresses.
    Mobile Chemical Agent Detector (MCAD) Systems Maintenance & Support Services contract
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center (NSWC) Indian Head Division, is seeking to award a Firm-Fixed Price contract for the maintenance and support services of Mobile Chemical Agent Detector (MCAD) systems. The contractor will be responsible for troubleshooting, repair, and testing of MCAD equipment, including technical support, software installation, periodic system checks, and sensor upgrades, ensuring the operational readiness of the equipment. This contract is being pursued on a sole source basis with MESH, Inc., the original equipment manufacturer, due to the proprietary nature of the technology involved. Interested parties must submit their responses by December 30, 2025, at 4:00 PM to the designated contacts, Jessica Quell and Devon Gormley, via the provided email addresses.
    ELMR Transport Equipment Move
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking a contractor for the relocation of Enterprise Land Mobile Radio (LMR) equipment to a new Consolidated Communications Facility at Barksdale Air Force Base in Louisiana. The procurement is justified as a single-source acquisition due to the proprietary nature of the equipment, which can only be serviced and maintained by Motorola, the sole authorized vendor, as it possesses unique administrative configurations and warranty coverage. This relocation is critical as it aligns with the migration and demolition of legacy facilities, ensuring continued operational capability. Interested parties can reach out to Stephanie Prentice at stephanie.prentice@us.af.mil for further details regarding this opportunity.
    W9127826SSN2511-MRDC O&M with Repair and Minor Construction
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE) Mobile District, is seeking information from potential contractors for a Firm-Fixed-Price contract to provide operation and maintenance (O&M) services, along with repair and minor construction, in support of the Defense Health Agency (DHA) Medical Research and Development Command (MRDC) at multiple locations. The contract will require 24/7 support for various medical, dental, pharmacy, and laboratory facilities, necessitating extensive knowledge of medical facility operations and compliance with Joint Commission standards. Interested contractors should note that this is a Sources Sought Notice for market research purposes only, with no solicitation currently available; responses are due by December 8, 2025, and inquiries can be directed to Tiffany Williams at Tiffany.N.Williams@usace.army.mil or the CT-M Inbox at ct-cproposals-medcom@usace.army.mil.
    Matador Manor Streetlights
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is seeking contractors for the "Matador Manor Streetlights" project at Malmstrom Air Force Base in Montana. This firm-fixed price contract involves the removal and replacement of streetlights, poles, and concrete bases, along with the installation of new circuits, conduits, conductors, disconnects, and connections to existing transformers, utilizing directional drilling for conduit installation. The contract is a total small business set-aside, with an estimated value between $500,000 and $1 million, and the Request for Proposal (RFP) is expected to be released around December 16, 2025, closing on or about January 21, 2026. Interested contractors must be registered in the System for Award Management (SAM) to be eligible for award, and inquiries can be directed to Lt Alessandra Ramirez at alessandra.ramirez.1@us.af.mil or Cody Babinecz at cody.babinecz@us.af.mil.