Maxwell-Gunter AFB Fire Department Station Alerting System
ID: FA330025RFQ0312Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA3300 42 CONS CCMAXWELL AFB, AL, 36112-6334, USA

NAICS

Other Communications Equipment Manufacturing (334290)

PSC

MISCELLANEOUS ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS (6350)

Set Aside

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

    The Department of Defense, through the 42nd Contracting Squadron at Maxwell Air Force Base, is seeking proposals for a NFPA-compliant Fire Station Alerting System to enhance emergency dispatch capabilities at two locations: Maxwell AFB and Gunter Annex in Montgomery, Alabama. The procurement aims to replace an outdated system with a modern solution that integrates automated dispatch, multi-modal alerting methods, and compatibility with existing equipment, thereby improving firefighter safety and operational efficiency. This initiative underscores the importance of effective emergency communication systems in ensuring public safety and preparedness. Interested small businesses must submit their proposals by May 18, 2025, and are encouraged to attend a site visit on May 8, 2025, for a comprehensive understanding of the installation requirements; for further inquiries, contact Marc Engel at marc.engel@us.af.mil or Jeremy Clark at jeremy.clark.8@us.af.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    This document outlines the solicitation for a government contract under document number FA330025Q0010, detailing various clauses and requirements applicable to the procurement process. It includes references to specific clauses related to the compensation of former Department of Defense (DoD) officials, vendor payment instructions, and unique item identification for delivered items. Key points include obligations for contractors regarding electronic payment requests via the Wide Area Workflow (WAWF) system, protocols for identifying unique items by marking them with specific identifiers, and compliance obligations regarding prohibited operations with certain regimes, including the Maduro regime and entities in the Xinjiang Uyghur Autonomous Region. Further, the document emphasizes the importance of small business participation, certification requirements for various types of businesses (e.g., woman-owned, veteran-owned), and the necessity to comply with federal regulations against certain trade practices. This solicitation serves as a critical reference for businesses looking to engage with federal contracts, ensuring they are aware of compliance, identification, and certification requirements essential for successful bids. Overall, the document maintains a formal tone suitable for government procurement processes and outlines significant obligations for potential contractors.
    The document outlines a Request for Proposal (RFP) for a new Fire Station Alerting System for two fire stations, aimed at replacing a failing current system. It specifies the need for a modern, NFPA-compliant alerting system that improves emergency dispatch efficiency, enhances firefighter safety, and reduces operational stress. Key system requirements include automated dispatch integration with text-to-speech capabilities, multi-modal alerting methods (audible, visual, and tactile), zoned alerting capabilities, and compatibility with existing equipment. The system should ensure redundancy, allow for mobile notifications, and provide a user-friendly administrative interface for monitoring and alert configuration. The delivery and installation requirements mandate the vendor to train dispatchers about the new system, ensuring it integrates with current operations. Additionally, the contractor must provide standard warranties for all components and necessary documentation. The proposal emphasizes that only brand new items are acceptable, and any radio frequencies used must receive prior approval. This RFP represents a critical investment in improving emergency response capacity and enhancing the functional readiness of fire stations.
    The document details specifications for various alerting and communication hardware systems, likely intended for public safety and emergency response applications. The equipment listed includes various types of speakers (e.g., 2x2 tile speakers, wall speakers, horn speakers) and related components such as relay modules, volume controls, manual activation buttons, and display systems. These devices are designed to facilitate audible alerts and communications in diverse environments, including dormitories and public spaces. Key features highlighted involve multi-color illumination options for visual alerts, integration capabilities for zone relay modules, and variations of power output levels for different speakers. The document emphasizes that the plans may not be reproduced or modified without consent, indicating proprietary information critical for compliance in federal and state requests for proposal (RFP) processes. The assortment of equipment serves the collective purpose of ensuring effective alert communication systems, which is pivotal for emergency preparedness and public safety initiatives. Overall, the listing is part of a broader agenda to enhance facility safety through improved alert infrastructure as required in various governmental projects and grants.
    The document outlines a detailed layout for an alert system, showcasing various audio and visual devices suitable for emergency communication in public areas such as dormitories or facilities. The devices listed include tile speakers, horn speakers, wall speakers, volume controls, and integration components like a tablet control station and dashboard display for system management. Key features of certain devices include multicolor indicator lights and relay modules, which enhance operational functionality and responsiveness in emergencies. The document serves as part of a proposal for government procurement, indicating the necessary specifications for a comprehensive alert system that meets federal and local safety standards. It emphasizes the importance of an organized auditory and visual alert setup to ensure clear communication during critical situations, which aligns with government priorities to enhance public safety and emergency preparedness.
    The document outlines a Request for Information (RFI) for the installation of a new Fire Department Dispatch System at Maxwell-Gunter Air Force Base. It details existing communication systems, including a Motorola LMR system, and emphasizes the need for upgrades to meet NFPA compliance. Key inquiries cover connectivity requirements between the dispatch center and fire stations, audio and visual components for alerting, and the integration of existing equipment. The request aims to enhance station alerting capabilities with features such as tones, PA systems, and display boards for incident information, while also ensuring the capability for backup communications. Additionally, it addresses the challenges posed by the Small Business Set-Aside requirement for proposals from larger manufacturers. The document emphasizes the need for a solution that meets regulatory standards and operational requirements, reflecting the government’s commitment to ensuring effective emergency services communications.
    The 42nd Contracting Squadron at Maxwell AFB, AL, seeks proposals for a NFPA-compliant Fire Station Alerting System. This solicitation, identified as FA330025RFQ0312, is a Request for Quote (RFQ) intended for new items only, explicitly excluding GSA or GWAC quotes. The procurement is designated as a 100% small business set-aside and requires the delivery and installation of alert systems for two locations: Maxwell AFB and Gunter Annex. A site visit is scheduled for May 8, 2025, to assess installation requirements. Contractors must provide detailed specifications, drawings, delivery dates, and pricing alongside their quotes. All proposals must be submitted by May 18, 2025, and offerors are required to be registered in the DoD System for Award Management (SAM). The award will follow competitive procedures, with the bid evaluated based on adherence to specifications and pricing. The government emphasizes the need for a comprehensive understanding of local conditions impacting project costs. This procurement exemplifies the government's objective to ensure efficient emergency response capabilities via enhanced alerting systems.
    The 42nd Contracting Squadron at Maxwell AFB is soliciting proposals for a NFPA-compliant Fire Station Alerting System, outlined in the Request for Proposal (RFP) number F2X3CE5091A002. This RFP serves as a combined synopsis and solicitation for commercial items, and this amendment specifies document changes, adds meeting details for a site visit, and revises submission deadlines. The acquisition is designated as a 100% small business set-aside, emphasizing that only new products will be accepted, rejecting any refurbished or used items. Interested offerors must comply with specific proposal preparation instructions, including providing detailed manufacturer specifications, drawings of installation locations, a proposed delivery date, and pricing information. A site visit is scheduled for May 8, 2025, with required attendee information due by May 5, 2025. Proposals are to be submitted via email, with a strict deadline of May 18, 2025. The government plans to award the contract based on a competitive best value acquisition, focusing on the lowest-priced offer that meets minimum requirements. This procurement underscores the necessity for efficient emergency response capabilities within the contracting scope.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    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.
    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.
    Replace Fire Alarm System for Buildings 15, 65, 68, 88, 90, & 93
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors to replace the obsolete fire alarm systems in multiple buildings at the Central Alabama Veterans Health Care System located in Tuskegee, Alabama. This project aims to address significant safety risks posed by the current outdated systems, which include an antiquated fiber optic network and lack of campus-wide voice/alarm functionality, with an estimated contract value between $10,000,000 and $20,000,000 and a completion period of 365 days. The procurement is a 100% Set-Aside for certified Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), and interested contractors must be SBA-certified and registered in SAM. The solicitation (36C24726R0028) is expected to be posted around January 31, 2026, and for further inquiries, potential bidders can contact Kimberly D Devlin at kimberly.devlin@va.gov or Joyce Powers at joyce.powers1@va.gov.
    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.
    Air Station Detroit Fire Suppression System Inspection
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified vendors to provide inspection and testing services for the fire suppression system at Air Station Detroit, located at Selfridge ANGB in Michigan. The procurement involves a request for quotation (RFQ) for commercial services, focusing on the inspection of installed fire alarms and suppression systems in accordance with the attached Statement of Work (SOW). This opportunity is critical for ensuring the safety and operational readiness of fire control equipment, which plays a vital role in emergency response and safety protocols. Interested small businesses must submit their bids through the Unison Marketplace platform, with questions directed to Marketplace Support at marketplacesupport@unisonglobal.com or by calling 877-933-3243. The solicitation emphasizes a total small business set-aside and will utilize an online competitive reverse auction format to enhance vendor participation.
    F-15 SMDC Initiators
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the procurement of F-15 SMDC initiators, which are critical components for aircraft egress systems. The solicitation, identified as FA8213-26-R-3002, requires qualified sources to submit a qualification package, with evaluation based on the lowest technically acceptable price. This procurement is vital for ensuring the operational readiness and safety of military personnel, as these initiators play a crucial role in emergency egress systems. Interested parties must submit their proposals by January 2, 2026, and can direct inquiries to Abbigail Clawson at abbigail.clawson@us.af.mil or Cole Sposato at cole.sposato.1@us.af.mil.
    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.
    Sources Sought For Fire Alarm Radio Transmitter
    Dept Of Defense
    The Department of Defense, specifically the Naval Facilities Engineering Systems Command, Pacific (NAVFAC Pacific), is conducting a market survey to identify potential suppliers for fire alarm radio transmitters that meet or exceed the performance and approval requirements of the Kingfisher Company, Inc. S T A R Software Defined Radio Transmitter. 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 specific regulatory standards. This initiative is crucial for enhancing safety measures within military installations, and interested firms are invited to submit detailed technical data by December 18, 2025, at 2:00 p.m. H.S.T. Submissions should be directed to Ms. Josie Damo-Agcaoili via email, and late submissions will not be considered.
    Sources Sought for Mild Detonating Cord/Fuze
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking information from potential sources for the procurement of mild detonating cord/fuze (MDC) for use in prototype military munitions at Redstone Arsenal in Huntsville, Alabama. The requirement includes less than 2,000 feet of metal clad MDC with specific dimensions of 1.5-2.0 mm in diameter and a weight of 2.5-3.0 gr/ft, which is critical for explosive signal transfer. This request for information (RFI) aims to gather market research and identify contractors capable of fulfilling this need, with responses due by 3:00 PM CST on December 19, 2025. Interested parties should submit white papers detailing their capabilities and product specifications to the primary contact, Jimmy Creech, at jimmy.w.creech.civ@army.mil.
    Y1DA--519-24-400-NRM Install Fire Alarm Bldg. 25
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting offers for a construction project to install a new fire alarm system in Building 25 at the West Texas VA Healthcare System in Big Spring, TX. The project involves replacing the existing Honeywell fire alarm system with a Siemens system, ensuring compatibility with the existing infrastructure and adherence to various safety codes and standards. This upgrade is crucial for maintaining a reliable fire safety system across the campus, with a contract set aside for 100% Service-Disabled Veteran Owned Small Businesses (SDVOSB). Quotes are due by January 2, 2026, at 10:00 AM CST, and interested contractors should submit their proposals electronically to Eileen.Myers@va.gov, with the estimated contract value between $250,000 and $500,000.