First-In Alerting Maintenance
ID: FA302225Q0305Type: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA3022 14 CONS LGCACOLUMBUS, MS, 39710-0001, USA

NAICS

Other Communications Equipment Manufacturing (334290)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS (J063)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Mar 21, 2025, 12:00 AM UTC
  2. 2
    Updated Mar 21, 2025, 12:00 AM UTC
  3. 3
    Due Apr 4, 2025, 8:00 PM UTC
Description

The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors for the maintenance of the First-In Alerting System at Columbus Air Force Base in Mississippi. The contract requires the contractor to provide 24/7 monitoring, maintenance, and repair services for the alerting system, which includes components such as alerting software, door access systems, and public address systems, ensuring compliance with national fire safety codes. This non-personal services contract is critical for maintaining the operational readiness of the fire station's emergency response capabilities. Interested small businesses must respond to the Sources Sought notice by April 4, 2025, and can contact Jaelin Bankhead at carlius.bankhead@us.af.mil or Willie Common at willie.common.1@us.af.mil for further information.

Files
Title
Posted
Mar 21, 2025, 4:08 PM UTC
The Performance Work Statement (PWS) outlines the requirements for maintaining the Fire Station First-In Alerting System at Columbus Air Force Base (CAFB), Mississippi. This non-personal services contract mandates 24/7 monitoring, maintenance, and repair of various components including alerting software, door access systems, and public address systems. The contractor is responsible for management and provision of tools and materials necessary for system upkeep, which must comply with national fire safety codes. Tasks include technical support for monitoring and addressing system failures, with specified response times for critical component failures. The PWS emphasizes the contractor's obligation to ensure all equipment functions properly while excluding damages resulting from external causes like natural disasters or misuse. Furthermore, the government is accountable for providing necessary access and support but must adhere to specific security protocols on the military installation. Overall, the document stipulates the framework of responsibilities, service exclusions, and operational guidelines aimed at ensuring the reliable functioning of the emergency response system, underlining its significance for effective fire station operations.
Mar 21, 2025, 4:08 PM UTC
The Sources Sought Announcement FA302225Q0306 seeks responses from interested parties for a potential firm-fixed price contract for the renovation and construction of the fire training pit and burn building at Columbus Air Force Base, Mississippi. The project, under NAICS code 811310, has a budget range of $50,000 to $100,000. Interested businesses must provide essential details, including business information, socio-economic categories, previous relevant experience, bonding capacity, and proposed subcontracting arrangements. Responses are due by April 4, 2025. While this announcement is for information gathering, a formal solicitation will be issued later. Respondents are not eligible for reimbursement for costs incurred from this announcement. The document emphasizes the importance of understanding socio-economic classifications in relation to bidding opportunities within government contracts.
Lifecycle
Title
Type
Sources Sought
Similar Opportunities
Fire Station Alerting System
Buyer not available
The Department of Defense, specifically the Department of the Army, is seeking proposals for a Fire Station Alerting System through a Combined Synopsis/Solicitation. This procurement aims to enhance emergency response capabilities by implementing a reliable alerting system for fire stations, which is critical for ensuring timely responses to emergencies. The opportunity is set aside for small businesses under the SBA guidelines, with a focus on the manufacturing of radio and television broadcasting and wireless communications equipment, as indicated by the NAICS code 334220. Interested vendors can reach out to Anthony Sweat at anthony.j.sweat.civ@army.mil or by phone at 804-633-8317, or Joy Davis at joy.l.davis18.civ@army.mil or 315-772-9900 for further inquiries.
Repair Roof Base Ops, B847
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting bids for the repair and replacement of the roof of Building B847 at Columbus Air Force Base in Mississippi. The project aims to eliminate persistent water leaks that have impacted critical operations, requiring contractors to provide all necessary labor, materials, and equipment to complete the work within a 180-day timeline. This procurement is significant for maintaining the functionality of the facility, and it is set aside for small businesses under the SBA guidelines, with an estimated contract value between $500,000 and $1 million. Interested bidders must contact the primary point of contact, Sang Park, at sang.park.6@us.af.mil or 662-434-7775, to register for a site visit by April 21, 2025, and submit all requests for information by May 5, 2025.
Repair Fire Detection System Bldg. 1850
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors to repair the fire detection system at Building 1850 located in Chicopee, Massachusetts. This procurement is aimed at ensuring the safety and operational readiness of the facility by upgrading and maintaining its fire detection capabilities. The work falls under the NAICS code 238210, which pertains to electrical contractors and other wiring installation contractors, and is classified under the PSC code Z2JZ for repair or alteration of miscellaneous buildings. Interested small businesses are encouraged to reach out to the primary contact, Douglas P. Fortin, at douglas.fortin.1@us.af.mil or by phone at 413-557-2513, or the secondary contact, Ewa Gosselin, at ewa.gosselin@us.af.mil or 413-557-2828, for further details regarding this total small business set-aside opportunity.
Fire Training Facility Maintenance
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking a contractor to provide maintenance services for the Aircraft Fire Training Facility (AFTF) and the Structural Fire Training Facility (SFTF) located at Hurlburt Field, Florida. The contractor will be responsible for all labor, materials, tools, and equipment necessary to ensure the facilities' operational effectiveness, including conducting inspections, repairs, and compliance with safety and environmental regulations. This procurement is critical for maintaining the readiness and safety of military training operations, with an estimated contract value of $12,500,000 and a duration that includes multiple option years. Interested vendors should direct inquiries to Peyton Cole at peyton.cole@us.af.mil and Rowan Thom at rowan.thom.1@us.af.mil, and must adhere to the submission guidelines outlined in the solicitation documents.
MISSISSIPPI GROUP OPTIMIZED REMEDIATION CONTRACT SERVICES AT COLUMBUS AIR FORCE BASE, MS and KEESLER AIR FORCE BASE, MS: Request For Information (RFI) / Sources Sought for Market Research Purposes Only.
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking sources for environmental remediation services at Columbus Air Force Base and Keesler Air Force Base in Mississippi through a Request for Information (RFI) / Sources Sought notice. The procurement aims to identify capable small or large businesses that can fulfill the requirements outlined in the draft Performance Work Statement (PWS), which includes site investigations, remedial actions, and the operation and maintenance of remedial systems across sixteen Installation Restoration Program sites. This initiative is part of the Air Force's Optimized Remediation Contract (ORC) program, which emphasizes cost-effective and efficient environmental restoration efforts. Interested parties must submit their capabilities statements and any questions by April 15, 2025, to the designated contacts, Nathan Fry and Chris Finkenstadt, via the provided email addresses.
Lenel Maintenance Package
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for a Lenel Maintenance Package to support the Lenel Access Control System (ACS) at Eglin Air Force Base in Florida. This contract aims to ensure the operational efficiency of security systems across 30 secure facilities, requiring comprehensive maintenance services, including 24/7 technical support, preventative maintenance, and software updates. The procurement is particularly significant due to the sensitive nature of security operations, necessitating authorized vendors for repairs and maintenance. Interested bidders, particularly Women-Owned Small Businesses, must submit their proposals by April 17, 2025, at 1:00 PM, with the contract anticipated to commence on May 1, 2025, and run for one year. For further inquiries, potential bidders can contact A1C Emily Newton at emily.newton.1@us.af.mil or Erik Owens at erik.owens.8@us.af.mil.
Notice of Intent to Single Source - 27 SOCS Giant Voice System Maintenance
Buyer not available
The Department of Defense, through the 27th Special Operations Contracting Squadron at Cannon Air Force Base, intends to award a single source contract for the maintenance and training of the Giant Voice AtHoc notification system to Acoustic Technology Incorporated. This procurement is essential for ensuring the operational integrity of the proprietary alarm notification system, which is critical for transmitting emergency announcements and requires specialized updates, maintenance, and training that only ATI can provide. The contract will be executed under the authority of 10 U.S.C 3204(a)(1) and is not open for competitive bidding; however, interested parties may submit their capabilities for consideration. The closing date for responses is April 11, 2025, at 12:30 PM Mountain Daylight Time, and inquiries can be directed to 1 Lt Ryan Welch at 575-784-6540 or ryan.welch.17@us.af.mil.
Fire Suppression and System Sustainment
Buyer not available
The Department of Defense, specifically the Air Force Test Center (AFTC), is seeking industry input through a Request for Information (RFI) regarding fire suppression and system sustainment services for the Electronics Warfare Group (EWG) at Edwards Air Force Base in California. The primary objective is to ensure ongoing testing, maintenance, and potential repair of fire suppression systems across several buildings, including those constructed in 1980, 1989, and 2023, all of which must comply with NFPA and UFC standards. This initiative is crucial for maintaining safety and compliance within military facilities, emphasizing the importance of effective fire safety measures. Interested parties are invited to submit their qualifications and responses by April 23, 2025, at 3:00 PM EST, to the designated points of contact, Kimberly Tate and SSgt Jamil Minosa, via the provided email addresses.
Vehicle Barrier Maintenance and Repair Services
Buyer not available
The Department of Defense, specifically the Air Force Research Laboratory, is seeking qualified small businesses to provide vehicle barrier maintenance and repair services at its facilities in Rome, Newport, and Stockbridge, New York. The procurement aims to ensure effective preventive maintenance, inspection, and minor repairs of operational vehicle barriers, which are critical for maintaining security infrastructure at Air Force installations. Interested contractors must demonstrate their capabilities and compliance with federal regulations, including providing a 24/7 support hotline and maintaining a 96% operational rate for barriers. Responses to this Sources Sought Notice are due by 3:00 p.m. EDT on April 23, 2025, and should be directed to Jennifer Calandra at jennifer.calandra@us.af.mil, with copies to additional contacts provided in the notice.
Enterprise Fire Alarm Control Panel (FACP) Systems
Buyer not available
The Department of Defense, specifically the U.S. Army Installation Management Command (IMCOM), is seeking industry feedback through a Sources Sought Notice for the procurement of Fire Alarm Control Panel (FACP) systems. The objective is to standardize these systems across all Army installations within the Continental United States, Alaska, Puerto Rico, Hawaii, and select overseas locations, reducing the number of manufacturers from thirty-eight to four—Honeywell, Johnson Control, Monaco, and Siemens—to enhance cost efficiency and operational effectiveness. This initiative aims to streamline procurement processes for replacements or new installations under Firm-Fixed-Price contracts, while also inviting responses from firms capable of providing comparable products. Interested parties should direct inquiries to Brayden Lazenby at brayden.v.lazenby.civ@army.mil or Sylvia Farmer at sylvia.farmer.civ@army.mil, with responses encouraged by the specified deadline to facilitate clarity in the contracting process.