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
    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
    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.
    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
    Live Fire Service
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking small business contractors to provide live fire service inspections and maintenance for Structural Fire Training Facilities (SFTF) and Aircraft Fire Training Facilities (AFTF) at Joint Base San Antonio (JBSA). The procurement requires contractors to conduct annual and semi-annual inspections, ensure compliance with relevant safety standards, and perform general maintenance and repairs, including environmental compliance and safety measures. This opportunity is crucial for maintaining the operational readiness and safety of fire training facilities, which are essential for training personnel in emergency response. Interested small businesses must submit their responses by December 22, 2025, at 3:00 PM Central Time, and can direct inquiries to Laura Herring at laura.herring.2@us.af.mil or Brent Paul at brent.paul.1@us.af.mil.
    D-21 Alarm System
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, intends to award a contract for the D-21 Alarm System upgrade and training at Travis Air Force Base (AFB) in California. This procurement is aimed at enhancing the alarm, signal, and security detection systems, with Monaco Enterprises identified as the sole source for this upgrade. The successful implementation of this system is crucial for maintaining security and operational readiness at the base. For further inquiries, interested parties can contact Jordan David Burrus at jordan.burrus@us.af.mil or William Rife at william.rife.1@us.af.mil, with phone numbers 707-424-7725 and 707-424-7753, respectively.
    Fire Alarm System Replacement, Mountain Home AFB
    Dept Of Defense
    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.
    Transient Alert Services 1 Bridge 2 Modification
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking contractors for the Transient Alert Services 1 Bridge 2 Modification, which involves multiple award ID/IQ contracts aimed at providing essential support for aircraft not assigned to a base or those in transit. The primary objectives of this procurement include aircraft management control, processing, emergency response services for both in-flight and ground emergencies, and ensuring environmental compliance in accordance with Air Force Instructions. These services are critical for maintaining operational readiness across 44 mandatory bases and 11 optional bases within the Air Force. Interested parties can reach out to Alexis Strieker at alexis.strieker@us.af.mil or Jennifer L. Gasparich at jennifer.gasparich@us.af.mil for further details.
    B1654 Command Post Console Move
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking contractors for the B1654 Command Post Console Move project, which involves the relocation and reinstallation of integrated control system equipment for the 301st Command Post at a newly renovated facility. This project aims to enhance communication capabilities essential for responding to national crises and improving operational training through the Unify System, which provides a user-friendly interface for duty controllers. The requirement continues the efforts previously undertaken by MCS of Tampa, Inc., who disassembled and relocated the communication equipment, and interested parties can reach out to Todd Benner at todd.benner@us.af.mil or Jerry E. McTyre at jerry.mctyre.2@us.af.mil for further details.
    50 CES Burn Tower Maintenance Re-acquisition
    Dept Of Defense
    The Department of Defense, through the 50th Contracting Squadron, is seeking qualified contractors for the maintenance and inspection of the Fire Department Burn House and firefighting training props at Schriever Space Force Base (SSFB) in Colorado. The contractor will be responsible for providing all necessary labor, materials, and equipment to ensure compliance with National Fire Protection Association standards and manufacturers’ specifications, including annual inspections and emergency repairs. This total small business set-aside contract is structured for a single annual maintenance visit with options for up to four additional years, with quotes due by January 9, 2026, and questions accepted until December 29, 2025. Interested parties should contact Danielle Hunziker at danielle.hunziker@spaceforce.mil or David Anderson at david.anderson.182@spaceforce.mil for further details.
    GEOINT/Infrastructure Field Support System Maintenance
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is conducting market research to identify potential sources for the GEOINT/Infrastructure Field Support System Maintenance contract. This procurement aims to secure services for system maintenance, administration, and management in support of the Air Force Distributed Common Ground System (AF DCGS), which includes responsibilities for sensor management and ground system maintenance during Intelligence, Surveillance, and Reconnaissance (ISR) missions. The contract is crucial for ensuring operational readiness and effective management of geospatial intelligence systems, with a performance period spanning from March 29, 2027, to March 28, 2032. Interested contractors are encouraged to submit their capabilities documentation to Barry Frank at barry.frank@us.af.mil or James Jackson at james.jackson.44.ctr@us.af.mil, as participation in this market research does not guarantee future contract awards.
    MFT 25-96 - DCC Surveillance System
    Dept Of Defense
    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.
    Facility Services for Non-Real Property
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors to provide facility services for non-real property at Eglin Air Force Base in Florida. The procurement involves a range of services including immediate repairs, annual inspections, and additional maintenance and repair tasks as outlined in the Performance Work Statement dated December 9, 2025. This contract is a total small business set-aside, emphasizing the importance of competitive pricing and past performance in the evaluation process, with a firm-fixed price purchase order to be awarded based on the best value to the government. Interested parties must submit their offers by January 22, 2026, and can direct inquiries to Kristina B. Brannon at kristina.brannon.1@us.af.mil.
    DFAS Columbus Building Maintenance Service
    Dept Of Defense
    The Defense Finance and Accounting Service (DFAS) is seeking qualified contractors to provide building maintenance services for its 592,000 square foot facility, Building 21, located in Columbus, Ohio. This opportunity is an 8(a) set-aside procurement aimed at acquiring general building operation, maintenance, and repair services, including scheduled and preventative maintenance, with a focus on contractors who have experience in managing multi-story facilities. The contract is anticipated to be structured as a five-year Indefinite Delivery/Indefinite Quantity (IDIQ) agreement, with an estimated solicitation date in March 2026 and an award date of July 1, 2026, requiring services to commence immediately upon award to ensure uninterrupted operations. Interested parties should direct inquiries to Jessica Breedlove at jessica.p.breedlove.civ@mail.mil or Patrick E. Doup at patrick.e.doup.civ@mail.mil for further details.