Fairchild AFB Giant Voice Replacement
ID: FA462025RA907Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA4620 92 CONS LGCFAIRCHILD AFB, WA, 99011-5320, USA

NAICS

Audio and Video Equipment Manufacturing (334310)

PSC

INTERCOMMUNICATION AND PUBLIC ADDRESS SYSTEMS, EXCEPT AIRBORNE (5830)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for the replacement of the Giant Voice System at Fairchild Air Force Base in Washington. The contractor will be responsible for providing a complete turnkey solution, which includes engineering, design, installation, and testing of the new system to ensure real-time intelligible voice alerts and tone alerts across the base. This procurement is critical for enhancing emergency communication capabilities and ensuring compliance with the AtHoc Emergency Mass Notification System. Proposals are due by August 18, 2025, at 10:00 AM PST, and interested parties should contact Nicholas P. Kortis at nicholas.kortis.1@us.af.mil or Brian M. Fernandez at brian.fernandez.5@us.af.mil for further information. This opportunity is set aside for small businesses under NAICS code 334310, with a focus on audio and video equipment manufacturing.

    Point(s) of Contact
    Files
    Title
    Posted
    The document is an amendment (0002) to Solicitation FA462025RA907 for a government contract regarding the installation and replacement of a Giant Voice system. Issued by Fairchild AFB, it answers contractor inquiries about the project, extending the deadline for offers from July 25 to August 5, 2025. Key questions answered pertain to the absence of wage determinations, equipment specifications, site conditions, potential hazardous materials, power requirements for Communications Control Stations (CCS), and necessary contractor responsibilities during implementation. The document asserts that the installation will not require special FAA forms for work near the airfield and specifies that obstruction lights may be necessary for equipment that poses navigation hazards. It also mentions the allowance for alternative radios with proper specifications and emphasizes coordination requirements with involved military personnel for logistical aspects. Detailed attachments, including photographs and project maps, supplement this amendment. The document maintains all terms and conditions of the original solicitation unless otherwise modified.
    The document is an amendment to a solicitation concerning Contract ID FA462025RA907, issued by the 92nd Contracting Squadron at Fairchild AFB, WA. This amendment, numbered 0001, extends the proposal submission deadline from July 18, 2025, at 10:00 AM PST to July 25, 2025, at the same time. It requires all offerors to acknowledge receipt of the amendment to ensure their proposals are considered. The amendment maintains all other terms and conditions of the initial solicitation. This document demonstrates the procedural aspects of managing RFPs in the federal contracting process, emphasizing the necessity for timely acknowledgment and compliance from contractors. Overall, it reflects standard practices related to the extension of deadlines within the federal procurement framework, ensuring transparency and fairness in the solicitation process.
    RFP FA462025RA907, issued by the 92d Contracting Squadron, is a combined synopsis/solicitation for a FY25 Giant Voice System. This 100% Small Business Set-Aside acquisition (NAICS 334310) requires a contractor to dismantle the old system and install a new one at Fairchild AFB, WA, including all delivery costs. Proposals must include a detailed technical solution (max 30 pages) with an installation plan, material lists, and drawings, along with a firm fixed-price proposal for CLIN 0001. Offerors must be SAM registered and provide recent (within 6 years) and relevant past performance references directly submitted by points of contact. Proposals are due by July 18, 2025, 10:00 A.M. PT. Evaluation will be based on a subjective trade-off where past performance is approximately equal to price, with a 'GO/NO GO' technical evaluation. The government intends to award without interchanges, but reserves the right to conduct them. Exceptions to the solicitation may render a proposal unacceptable.
    This document is Amendment 0002 to Solicitation FA462025RA907, issued by the 92nd Contracting Sq./PKA at Fairchild AFB, WA, with an effective date of July 22, 2025. The amendment extends the deadline for offers from July 25, 2025, to August 5, 2025, both at 10:00 AM PST. The primary purpose of this amendment is to address 24 questions submitted by contractors regarding the Giant Voice system replacement project. Key clarifications include confirmation that no wage determination applies as it's a commodity with installation, provision of existing Giant Voice equipment model numbers and quantities, confirmation of attached pictures for site equipment, details on cable lengths and potential wall penetrations, and information on hazardous materials. The document also addresses power sources, radio compatibility, and requirements for obstruction lights and laydown areas. All 42 drivers (6 per stack) are confirmed to need replacement due to testing below acceptable limits.
    Amendment 0001 to Solicitation FA462025RA907, issued by the 92nd Contracting Sq./PKA at Fairchild AFB, WA, extends the proposal due date from July 18, 2025, at 10:00 AM PST to July 25, 2025, at 10:00 AM PST. All other terms and conditions of the original solicitation remain unchanged. Offerors must acknowledge receipt of this amendment by returning a signed copy, acknowledging it on their offer, or submitting a separate letter or telegram referencing the solicitation and amendment numbers. Failure to acknowledge the amendment by the revised due date may result in the rejection of the offer.
    Amendment 0003 to Solicitation FA462025RA907, issued by the 92nd Contracting Sq./PKA, Fairchild AFB, WA, extends the proposal submission deadline from August 5, 2025, to August 12, 2025, both at 10:00 AM PST. The amendment also revises the definition of "recent" for past performance information in section 52.212-1 Subparagraph (10) of the COMBO/Solicitation, extending the look-back period for services from six to ten years from the solicitation issuance date. Offerors must acknowledge receipt of this amendment by returning a signed copy or incorporating it into their offer. This modification ensures all terms and conditions of the original solicitation remain in effect, except as amended.
    Amendment 0004 to Solicitation FA462025RA907, issued by the 92nd Contracting Sq./PKA, extends the proposal due date from August 12, 2025, to August 18, 2025, at 10:00 AM PST. This amendment requires all offerors to acknowledge receipt by completing and returning one copy of the amendment, acknowledging it on each offer copy, or sending a separate letter or telegram. Failure to acknowledge may result in rejection of the offer. All other terms and conditions of the original solicitation remain unchanged. The amendment emphasizes the requirement for contractors/offerors to sign and return one copy of the document to the issuing office.
    This Statement of Work (SOW) outlines the requirements for replacing the End-of-Life/End-of-Service Giant Voice (GV) system at Fairchild AFB, WA. The project involves engineering, design, furnishing, installation, and testing of a new turn-key GV system to provide real-time intelligible voice alerts, tone alerts, and music across the base. The scope includes replacing three central control stations (CCSs) and seven fixed outdoor remote siren stations (RSSs), reusing existing poles where possible, and installing new digital two-way conventional VHF radio infrastructure. The new system must be fully AtHoc-compliant for integration with the AtHoc Emergency Mass Notification System (EMNS). The contractor is responsible for removing and disposing of old equipment, ensuring acoustic coverage, and providing warranty and training for the new system. General requirements cover project management, safety, security, environmental compliance, and various documentation and reporting deliverables.
    This document, Attachment 2 to Solicitation No. FA462025RA907, is a Past Performance Questionnaire for the Engineer, Design, Furnish, Install, and Test (EDFI&T) replacement of a turn-key Giant Voice System at Fairchild AFB, WA. Its purpose is to gather information on prospective offerors' past performance in providing real-time voice and tone alerts. The questionnaire requires respondents to provide contractor and respondent information, including contract details, award amounts, and a summary of the scope of work. It features a five-point rating scale (Unsatisfactory to Exceptional) across eight performance areas: Quality of Equipment and Installation, Adherence to Schedule, Compliance with Installation and Safety Standards, System Integration and Functional Testing, Project Management and Coordination, Responsiveness to Issues and Changes, Compliance with Security and Access Requirements, and Overall Customer Satisfaction. A final question asks about the likelihood of awarding a similar contract in the future. Completed questionnaires are due by 15 July 2025, 1:00 PM (Pacific), and should be emailed to Capt Nicholas Kortis and Mr. Brian Fernandez.
    The 92d Contracting Squadron's RFP FA462025RA907 focuses on acquiring a replacement Giant Voice System for Fairchild AFB, WA, under a combined synopsis/solicitation format. This procurement targets small businesses, utilizing the NAICS code 334310 for audio and video equipment manufacturing. Offerors must be registered in the System for Award Management (SAM). The proposal requires detailed information, including a technical description, installation plan, and cost breakdown for the system's provision and installation. Evaluation criteria will assess price, past performance, and a technical plan rated on a GO/NO GO basis. The proposal must also confirm compliance with various federal provisions and certifications, including those related to telecommunications equipment. A site visit for potential offerors is scheduled, with proposals due by July 18, 2025. The solicitation emphasizes timely adherence to detailed submission requirements to ensure eligibility for the contract award. This initiative underscores the government's commitment to reinforcing communication infrastructure while supporting small business participation in federal contracting.
    The document is Amendment 0002 to solicitation FA462025RA907, extending the RFP deadline and providing contractor Q&A responses related to a Giant Voice system project. The amendment addresses various contractor inquiries, including the absence of wage determinations, existing equipment details, and logistical concerns regarding installation sites and power sources. It clarifies that existing equipment will not require a wage determination, provides specifics about the existing Giant Voice system equipment, and outlines necessary site preparations. Contractors are advised that any outages exceeding four hours must be reported and that modifications may be necessary if hazardous materials are encountered. The RFP deadline is extended from July 25, 2025, to August 5, 2025. The document emphasizes thorough communication and coordination between contractors and government officials to ensure compliance with safety and installation requirements while documenting important equipment details and site conditions. The provided attachments include photographs and as-built locations for further clarification.
    This document is an amendment to the solicitation FA462025RA907, issued by the 92nd Contracting Squadron. Effective July 18, 2025, the purpose of this amendment is to extend the due date for submitting proposals from July 18, 2025, at 10:00 AM PST to July 25, 2025, at 10:00 AM PST. The amendment outlines the requirements for offerors to acknowledge receipt of this amendment in order to avoid potential rejection of their proposals. It also clarifies that all other terms and conditions of the solicitation remain unchanged and in full effect. The document provides contact information for the contracting officer, Zachery Ray, ensuring clarity on communication and submission processes. This amendment reflects common practices in federal procurement processes, facilitating increased participation by allowing additional time for bidders.
    The document serves as an amendment to Solicitation FA462025RA907, issued by the 92nd Contracting Squadron at Fairchild AFB, modifying the contract as of August 4, 2025. The main update extends the definition of "recent" past performance from six years to ten years for consideration in evaluating contractor qualifications. Additionally, it extends the proposal submission deadline from August 5, 2025, to August 12, 2025, at 10:00 AM PST. Contractors are required to acknowledge this amendment by signing and returning the document or including the acknowledgment in their offer. The document emphasizes the importance of timely acknowledgment to avoid rejection of proposals and indicates that all other terms and conditions remain unchanged. This amendment reflects procedural adjustments typical in federal government RFP processes, ensuring clarity and compliance for potential offerors.
    The Statement of Work (SOW) outlines the requirements for the replacement of the Giant Voice (GV) system at Fairchild Air Force Base (AFB), Washington. The current system, which is outdated and non-functional, needs a complete overhaul, encompassing the removal of existing equipment and the installation of a new turn-key GV system that provides intelligible voice alerts, tones, and music across specified coverage areas. The project includes upgrading the communications infrastructure to a digital two-way VHF radio system and ensuring compatibility with the AtHoc Emergency Mass Notification System (EMNS). The contractor is tasked with engineering, design, furnishing, installation, testing, and quality assurance procedures, maintaining compliance with safety, environmental, and military standards. Existing equipment will be reused or disposed of per regulations. Detailed project coordination with the base personnel is essential to minimize service disruption and maintain operational continuity. The SOW outlines a comprehensive approach covering site management, personnel training, safety compliance, project reporting, and final acceptance criteria. Deliverables include progress reports, system testing results, and as-built documentation. This initiative underscores the government's commitment to improving emergency communication capabilities at Fairchild AFB while adhering to statutory and operational requirements.
    The document is a Past Performance Questionnaire associated with Solicitation No. FA462025RA907 for the Giant Voice System at Fairchild AFB, WA. It seeks input on potential contractors tasked with the Engineering, Design, Furnishing, Installation, and Testing (EDFI&T) of a new turn-key Giant Voice System. The questionnaire is structured to gather detailed evaluations on the contractor's past performances, covering areas such as quality of equipment, adherence to schedule, compliance with safety standards, system integration, project management, responsiveness to issues, security compliance, overall satisfaction, and likelihood of future awards. Respondents are required to provide their information and rating on a scale from unsatisfactory to exceptional for various performance metrics. The information collected will inform the assessment of prospective offerors' capabilities in delivering a reliable and efficient voice alert system for the air base. Completion and submission are requested by July 15, 2025, emphasizing the importance of participant input in the evaluation process.
    Federal Signal's Modulator High Powered Speaker Array, detailed in this government file, offers a lightweight and compact solution for emergency communication. It utilizes Federal Signal UltraVoice™ technology for clear voice reproduction and powerful warning signals with 360-degree coverage. The system's modular design, featuring four 100-watt drivers per module, ensures high sound levels and intelligible communication. Ideal for community, industrial, and military applications, the Modulator can be networked via various communication methods (radio, IP, landline, cellular, satellite) and powered by AC, DC, or solar. The document provides detailed specifications for different models (MOD1004B to MOD8032B), including active watts, decibels, effective range, height, and weight, along with information on ordering, replacement parts, and accessories like flashing lights and QuadraFlare kits. This system is designed for critical situations requiring immediate instruction over large areas.
    The document FA462025RA907; Amendment 002, titled "Attachment 1 - Pictures," consists entirely of 49 pages of uncaptioned images. This attachment is part of a larger federal government Request for Proposal (RFP) or similar procurement document. While the specific content of the pictures cannot be determined without visual access, their inclusion as an attachment suggests they provide visual context or supplementary information critical to understanding the requirements or scope of the associated government solicitation. The repetitive titling across all pages indicates a compilation of visual data, likely for bidders to reference in preparing their proposals.
    The document "FA462025RA907; Amendment 002 Attachment 2 - As-Built Locations" is an 11-page attachment related to a government Request for Proposal (RFP) or federal grant, specifically amendment 002 of FA462025RA907. The main purpose of this attachment is to provide
    The document outlines the specifications and features of Federal Signal's Modulator High Powered Speaker Array, a versatile audio system designed for various applications including community, industrial, and military use. Key features include a lightweight, compact design, 360º sound coverage, and an anechoic chamber certification, ensuring high-quality voice reproduction. The system utilizes the Federal Signal Ultravoice™ controller for enhanced control and amplification, capable of producing intense warning signals and clear digital voice messages. The speaker array is customizable, offering models with different power outputs (from 400 to 3200 watts), effective range (up to 4,200 feet), and configurations (up to eight modules). The system can operate on AC, DC, or solar power, with options for networking communications via radio, IP, landline, cellular, or satellite. Additionally, the document includes details on installation accessories, replacement parts, and custom solutions to meet specific governmental and organizational requirements. This information is essential for entities seeking to fulfill RFPs, grants, or contracts that necessitate reliable emergency communication systems.
    The document FA462025RA907; Amendment 002 is an attachment outlining a series of images or pictures related to a federal government Request for Proposal (RFP). Consisting of 49 pages, the attachment appears to catalog images indexed from Pri CP (1) to Pri CP (8) without explicit descriptions, indicating they may serve as visual references relevant to the RFP's requirements. While the content primarily consists of images, which are not detailed within the text of the document itself, it suggests a focus on specific components or criteria that proposals must address. The lack of extensive written context indicates that the images may be intended to provide clarity on expectations or standards for potential contractors. Overall, the document serves as an amendment to the RFP, suggesting ongoing updates or adjustments to previously issued guidance.
    The document FA462025RA907, specifically Amendment 002, contains Attachment 2, which outlines as-built locations pertinent to a federal request for proposal (RFP). This attachment encompasses eleven pages detailing critical specifications and modifications made to previously submitted plans. The primary purpose of this amendment is to update or clarify the project’s scope, ensuring that bidders accurately understand the locations and specifications involved. The file is structured as a series of detailed drawings or schematics, providing precise geographical and structural data essential for bidders to prepare their proposals or comply with project requirements. The clarity offered in this document supports adherence to regulatory standards and facilitates effective project execution once awarded. Overall, this amendment is crucial for ensuring a transparent bidding process and successful project completion, reinforcing the government's commitment to effective project oversight and management in alignment with federal grant and RFP protocols.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Fy26 Local and Long-Distance Telecommunication Services Renewal
    Buyer not available
    The Department of Defense, specifically the U.S. Air Force's 92d Contracting Squadron, is seeking proposals for the FY26 Local and Long-Distance Telecommunication Services at Fairchild Air Force Base in Washington. The procurement aims to secure reliable telecommunication services that adhere to the specifications outlined in the attached Statement of Work, which includes requirements for service quality, outage management, and personnel qualifications. These services are critical for maintaining effective communication and operational readiness at the base. Interested small businesses must submit their quotes by December 18, 2025, with questions due by December 9, 2025, and are encouraged to contact Michael Salone or 1st Lt Nicholas P. Kortis for further information.
    Luke Air Force Base 2026 Air Show - Audio Services
    Buyer not available
    The Department of Defense, through the Air Force, is soliciting proposals for audio services for the Luke Air Force Base 2026 Air Show, scheduled for March 20-22, 2026. The selected contractor will be responsible for providing a comprehensive outdoor audio system, ensuring clear sound coverage across all designated areas, including VIP zones, with setup occurring from March 18-19 and removal by March 23. This contract, valued at approximately $40 million, is set aside for Women-Owned Small Businesses and will be awarded based on technical acceptability, past performance, and price, with a submission deadline for quotes on December 17, 2025, at 1500 EST. Interested vendors should direct inquiries to 2d Lt Jalen Johnson or Jacqueline Aranda via the provided contact details.
    MFT 25-96 - DCC Surveillance System
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified vendors for the MFT 25-96 - DCC Surveillance System, as indicated in a Special Notice. This procurement is set aside for small businesses and aims to acquire communications security equipment and components, classified under the NAICS code 334220. The goods and services are critical for enhancing surveillance capabilities within the military framework. As of September 25, 2025, the solicitation is currently on hold indefinitely. Interested parties can reach out to Mr. Michael Goetz at michael.goetz.7@us.af.mil or by phone at 707-424-7788, or Mr. Vitaliy Kim at vitaliy.kim.1@us.af.mil or 707-424-7740 for further inquiries.
    Fire Alarm System Replacement, Mountain Home AFB
    Buyer not available
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for design-build services to replace the outdated fire alarm system at the Sagebrush Inn, Building 2320, located at Mountain Home Air Force Base in Idaho. The project requires the installation of a new addressable fire alarm system, including a comprehensive design, hazardous material surveys, and construction services, all in compliance with Unified Facility Criteria and relevant safety codes. This upgrade is critical to ensure the safety of the facility, which currently violates fire code requirements due to the lack of available replacement parts for the existing system. Interested contractors must submit their proposals by January 20, 2026, and can direct inquiries to primary contacts Cameron Smith and Taylor Inman via the provided email addresses. The estimated contract value ranges from $1 million to $5 million, with a performance period of 407 calendar days following the notice to proceed.
    Airshow Narrator & Sound/ Audio Technician
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for Airshow Narrator and Sound/Audio Technician services for the Shaw Air & Space Expo scheduled from March 27-29, 2026. The contractor is required to provide all necessary personnel, equipment, and services, including a narrator with a minimum of five years of airshow experience and a public address/audio system capable of supporting over 50,000 spectators. This procurement is critical for ensuring effective crowd control and narration during the event, which is expected to draw significant public attendance. Interested parties, particularly Women-Owned Small Businesses, should note that the total award amount is $9,000,000, and proposals must be submitted in accordance with the solicitation guidelines. For further inquiries, contact Jeesenia Nauta Criollo at jeesenia.nautacriollo@us.af.mil or 803-895-5623.
    Voice over Internet Protocol (VoIP) Telephone System Modernization
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking contractors for the modernization of its Voice over Internet Protocol (VoIP) Telephone System. This procurement aims to enhance the existing telecommunications infrastructure, ensuring improved communication capabilities within the Air Force. The modernization of the VoIP system is critical for maintaining efficient and reliable communication, which is essential for operational effectiveness. Interested parties can reach out to Ashley Bevins at ashley.bevins@us.af.mil for further details regarding the procurement process.
    Base Alarm Services - Los Angles Air Force Base
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking small businesses to provide Base Alarm Services at Los Angeles Air Force Base (LAAFB). The procurement aims to establish a Firm-Fixed Price contract for maintenance and repair of the base's alarm and CCTV systems, which includes tasks such as cleaning, scheduling, and troubleshooting network issues related to the alarm systems and surveillance equipment. This service is crucial for ensuring the security and operational integrity of the base's security infrastructure. Interested parties must submit an eight-page narrative detailing their capabilities and company profile by responding to the sources sought notice, with questions due by December 15, 2025, to Lt Dorian Maynard at dorian.maynard.1@spaceforce.mil or TSgt Kenneth Sparks at kenneth.sparks.2@spaceforce.mil.
    USAF Band Practice Booth Ceiling Panel Relocation
    Buyer not available
    The Department of the Air Force is seeking qualified contractors to perform a specialized relocation of ceiling panels within a Wenger SoundLok Sound-Isolation Booth at Joint Base Anacostia-Bolling, Washington D.C. This project aims to address a fire code compliance issue related to sprinkler head spacing, requiring the contractor to disassemble and reassemble proprietary modular components while ensuring the booth's acoustic integrity and warranty are maintained. The work is valued at less than $25,000 and is critical for compliance with National Fire Protection Association (NFPA) standards. Interested parties must submit their company information, point of contact, and CAGE/Unique Entity ID by December 10, 2025, at 05:00 PM EST to the designated Air Force Contract Specialists, Roberto Rongavilla and Kanya Richards.
    EAR048 Repair Site Fire Alarm System
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is soliciting bids for the repair and replacement of fire alarm systems at Eareckson Air Station on Shemya Island, Alaska. The project entails a Firm Fixed Price (FFP) Design-Bid-Build (DBB) construction contract that includes the demolition and replacement of outdated fire alarm systems across 44 buildings, as well as the installation of two Monaco D-21 receiving stations and outside plant fiber optic cabling for enhanced communication of fire alarm signals. This initiative is critical for ensuring compliance with UFC 3-600-01 Fire Protection Engineering standards and improving safety measures at the installation. Interested small businesses are encouraged to reach out to Michelle Nelsen at michelle.nelsen@usace.army.mil or call 907-753-2527 for further details, as this opportunity is set aside for total small business participation.
    Sources Sought For Fire Alarm Radio Transmitter
    Buyer not available
    The Department of Defense, specifically the Naval Facilities Engineering Systems Command, Pacific (NAVFAC Pacific), is conducting a market survey to identify potential sources for a fire alarm radio transmitter that meets specific performance and approval requirements. The procurement involves four fire alarm radio transmitters for various substations on Naval Base Guam, which must be compatible with existing equipment and adhere to narrowband radio communication standards as outlined by federal regulations. This opportunity is crucial for enhancing safety and operational efficiency at the base. Interested suppliers are encouraged to submit detailed technical data to Ms. Josie Damo-Agcaoili via email by December 18, 2025, at 2:00 p.m. H.S.T., as late submissions will not be considered.