Fire Alarm System Replacement, Mountain Home AFB
ID: FA489725R0008Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA4897 366 CONS PKPMOUNTAIN HOME AFB, ID, 83648-5296, USA

NAICS

Commercial and Institutional Building Construction (236220)

PSC

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

Set Aside

No Set aside used (NONE)
Timeline
    Description

    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of Defense, through the Department of the Air Force, is soliciting proposals for design-build services to replace the outdated fire alarm system at the Sagebrush Inn, Building 2320, located at Mountain Home Air Force Base in Idaho.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.

    Files
    Title
    Posted
    This document outlines Amendment 0001 to Solicitation FA489726R0002 for a federal government Request for Proposal (RFP) to replace the fire alarm system at the NAF Sagebrush Inn, Mountain Home AFB, Idaho. The amendment corrects POC contact information, construction start dates, and site visit details, while changing evaluation criteria and removing the Idaho Contractor Registration requirement. The project involves a design-build approach with an estimated duration of 407 calendar days and a magnitude of $1,000,000 to $5,000,000. Proposals are due by December 1, 2025, and must include a self-evaluation based on specified criteria: Past Performance (100 points), Delivery Timeline (10 points), and Specialized/Technical Competence (Pass/Fail). Award selection prioritizes the lowest-priced offeror with acceptable technical capability and a minimum past performance score of 20, with provisions for awarding to higher-priced offers with superior past performance or shorter delivery timelines if within 10% of the lowest price.
    The Statement of Work outlines a design-build project to replace the antiquated fire alarm system in Building 2320 (Sagebrush Inn) at Mountain Home Air Force Base. This project involves a complete design, hazardous material surveys, and construction services for a new addressable fire alarm system, including a Mass Notification System (MNS). The scope covers the full replacement of fire alarm components, installation of a dedicated air-conditioning system for the Fire Alarm Panel, and the use of red conduits and junction boxes. The project timeline is 407 calendar days, split into design, construction, and close-out phases. Contractors must be Honeywell-licensed and NICET-certified, ensuring minimal disruption to occupants. Deliverables include detailed design packages at 35%, 65%, 95%, and 100% stages, various project schedules, and comprehensive testing plans for commissioning and final acceptance. The MNS requires specific pre-recorded messages and operational parameters. Demolition of the old system occurs after the new one is activated, with strict adherence to safety, cleanliness, and regulatory compliance throughout the project lifecycle. The document references numerous building, fire, electrical, and life safety codes.
    The Air Force Installation Contracting Center (AFICC) has issued a Justification and Approval (J&A) for other than full and open competition for the procurement of facility fire alarm panels. This Class J&A, with an estimated contract cost of $14.8 million, covers purchases through September 30, 2026, aiming to standardize fire alarm systems across USAF facilities. The primary objective is to reduce training costs by an estimated $22 million and save 375,000 training hours over five years by limiting the number of manufacturers. This standardization will improve mission performance, increase the effectiveness of in-house technicians, and enhance cybersecurity. The decision is based on a "brand name exception" to the Competition in Contracting Act (CICA), citing that full and open competition led to inefficiencies and an under-trained workforce due to the diversity of existing systems. Market research, including a SAM.gov notice that yielded no interested vendors, supports the need for standardization. The contracting officer determined that costs would be fair and reasonable through competition among distributors and installers, rather than manufacturers. This J&A seeks to streamline acquisitions and avoid delays associated with individual brand-name justifications.
    The A/E/C Computer-Aided Design (CAD) Standard Release 6.1, developed by the CAD/BIM Technology Center for Facilities, Infrastructure, and Environment, aims to standardize CAD efforts across the Department of Defense (DoD) and Federal Government. This manual, published in August 2019 by the U.S. Army Engineer Research and Development Center (ERDC), supersedes Release 6.0 and promotes consistent CAD products, uniform deliverables, and efficient sharing of expertise. It establishes a nonproprietary standard incorporating existing industry, national, and international guidelines, focusing on the entire life cycle of DoD facilities. The standard addresses presentation graphics (line widths, types, colors), level/layer assignments, electronic file naming conventions for both model and sheet files, and standard symbology. It emphasizes interoperability between CAD applications like AutoCAD and MicroStation, providing detailed guidance on file organization, unit accuracy, and the use of reference files. The document also includes an update approach based on community feedback and encourages future revisions. Key components include structured naming for project codes, discipline designators, model file types, and sheet file types, along with specific guidelines for text fonts and plotting to ensure consistency and usability.
    The ERDC/ITL TR-19-6 document outlines Release 2.1 of the A/E/C Graphics Standard, developed by the CAD/BIM Technology Center. Its primary purpose is to standardize BIM, Civil Information Modeling (CIM), and CAD drafting practices for the U.S. Army Corps of Engineers (USACE) and other federal agencies. The standard ensures consistent, efficient, and effective transmission of design intent through all project phases, from construction to operations and maintenance. It covers essential aspects like border and cover sheet layouts, drawing orientation, symbology (including the Corps Castle and various indicators), and annotation rules for text and dimensions. The document emphasizes the importance of good drafting practices for clarity, aesthetics, and consistency in construction documents, incorporating insights from historical USACE drafting manuals and national standards. This updated standard aims to modernize drafting techniques to fit current CAD workflows, ensuring uniformity across projects within the Department of Defense.
    The USACE Advanced Modeling Object Standard (AMOS) 1.0, published in March 2019 by the U.S. Army Engineer Research and Development Center (ERDC), defines standards for objects created with Building Information Modeling (BIM) and Civil Information Modeling (CIM). This document aims to ensure reusable BIM/CIM content is useful, consistent, and enhances efficiency across the organization. It outlines four quality indicators—Geometry, Function, Information, and Extensions—each with multiple quality levels (0-3) to evaluate distinct object features. The AMOS also details naming conventions for objects, types, systems, and attributes, stressing the use of natural language and the avoidance of proprietary names. It integrates with the USACE Minimum Modeling Matrix (M3) by replacing the 'Grade' specification with AMOS quality categories. The report includes best practices for Revit, covering family templates, object origins, reference elements, materials, shared parameters, and visibility settings.
    The "Spatial Data Standards for Facilities, Infrastructure, and Environment Vector (SDSFIE-V): Specification Document v4.0" defines a Department of Defense-wide set of semantics to maximize geospatial information interoperability for installation, environment, and civil works missions. This specification outlines the SDSFIE-V "Gold" logical data model, detailing its scope, context, and conformance. It includes concepts for feature and object types, standard attributes, geometric representations, and primary keys. The document also describes the physical implementation and change management processes for the SDSFIE-V Gold, supported by the SDSFIE Registry and online workflows for adaptation, validation, and migration. The IGI&S Governance Group (IGG) provides administrative and technical control, ensuring adherence to standards and facilitating adaptations to meet specific DoD Component mission needs.
    The US Army Corps of Engineers, New York District, issued the "Design Submission Requirements Manual" (NANP-1110-1-1) in August 2009. This manual standardizes design procedures, drawings, specifications, and cost estimates for military and support projects, assisting both in-house and Architect-Engineer (A-E) consultants. It outlines comprehensive requirements for various design phases, from Project Definition (10-15%) to Ready-To-Advertise (RTA) (Reviewed 100%). Key aspects include detailed instructions for submissions, quality management, applicable publications (e.g., CADD and BIM standards), and specific guidance on pre-design conferences, value engineering, environmental permits, sustainable design, and anti-terrorism/force protection. The manual also defines design analysis, drawings, and specifications, emphasizing adherence to codes like IBC and NFPA. A sample A-E Task Order Statement of Work for a PHS&T Center at Picatinny Arsenal illustrates practical application, detailing project scope, cost limits, and phased design services, including requirements for addressing radon gas and TCE contamination.
    This document addresses questions and clarifications regarding a government solicitation, focusing on evaluation factors, project timelines, and administrative requirements. Key points include maintaining the requirement for a fire protection engineer on staff, setting the construction start date no earlier than June 1, 2026, and allowing the submission of relevant past performance projects within the last five years instead of only the three most recent. Only final CPARS will be evaluated, and project descriptions or Statements of Work will suffice for relevancy documentation. The Idaho Contractor Registration requirement will be lifted, and the site visit date is confirmed for November 3rd. For past performance and delivery timeline, only the prime contractor will be scored, although the A&E firm's past performance may be submitted in lieu of one CPARS report.
    This government solicitation (FA489726R0002) outlines a Request for Proposal (RFP) for design-build services at Mountain Home Air Force Base. The core requirement is to replace the existing fire alarm system at the Sagebrush Inn, Building 2320, with a new addressable system, as mandated by the Fire Prevention Engineer. Key dates include a solicitation issue date of October 16, 2025, and offers due by December 1, 2025, at 03:00 PM local time. The project has a mandatory performance period of 407 calendar days after receiving a notice to proceed. The RFP includes several clauses covering fraud hotlines, restrictions to U.S. firms for architect-engineer services, liquidated damages for delays ($1351.78 per day), equal opportunity for veterans and individuals with disabilities, and Buy American Act provisions for construction materials. The contract emphasizes compliance with federal laws and specific NAFI (Nonappropriated Fund Instrumentality) regulations for disputes and contract administration.
    This government solicitation (FA489726R00020002) is a Request for Proposal (RFP) for design-build services to replace the fire alarm system at the Sagebrush Inn, Building 2320, Mountain Home Air Force Base. The project requires a new addressable fire alarm system as mandated by the Fire Prevention Engineer. Key details include a mandatory performance period of 407 calendar days after receiving notice to proceed, and a bid acceptance period of 60 calendar days. The contractor must adhere to various clauses, including those related to
    This amendment to Solicitation FA489726R00020001 details corrections and changes in response to Requests for Information (RFIs) for a federal contract. The project involves replacing the fire alarm system at the Sagebrush Inn, Mountain Home AFB, Idaho, with an estimated duration of 407 calendar days and a construction magnitude between $1,000,000 and $5,000,000. Key updates include corrected POC contact information, construction start date (no earlier than June 1, 2026), and site visit details (November 3, 2025, 2:00 PM local). Significantly, the evaluation criteria have been changed, removing the Idaho Contractor Registration requirement. The evaluation is based on Past Performance (100 points), Delivery Timeline (10 points), and Specialized/Technical Competence (Pass/Fail). Proposals are due December 1, 2025, by 3:00 PM local (Mountain) and must be submitted electronically to the specified government POCs. The award will go to the lowest offeror with acceptable technical capability and a minimum past performance score of 20, with the government reserving the right to select higher-priced proposals under certain conditions.
    This amendment extends the solicitation for the NAF Fire Alarm Design-Build project (FA489726R0002) to January 20, 2026, to ensure maximum competition and include additional documents and information. Key changes include updated dates for site visits, questions, and proposal submissions, as well as the inclusion of new attachments in Section J. The evaluation criteria in Section M have been modified to include a scoring system for Past Performance (100 points) and Delivery Timeline (10 points), along with a Pass/Fail requirement for Specialized/Technical Competence. Award selection prioritizes the lowest offeror with acceptable technical capability and a minimum past performance score of 20, with provisions for awarding to higher-priced offers with better past performance or shorter delivery timelines if within 10% of the lowest price. Proposals must be submitted via email and are limited to 100 pages.
    Lifecycle
    Title
    Type
    Similar Opportunities
    EAR048 Repair Site Fire Alarm System
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking contractors for the EAR048 Repair Site Fire Alarm System project at Eareckson Air Station on Shemya Island, Alaska. This procurement involves a Firm Fixed Price (FFP) Design-Bid-Build (DBB) construction contract aimed at replacing outdated fire alarm systems across 44 buildings on the installation, ensuring compliance with UFC 3-600-01 Fire Protection Engineering standards. The project includes the demolition and replacement of existing systems, construction of two Monaco D-21 receiving stations, and installation of outside plant fiber optic cabling to facilitate communication for fire alarm signals. Interested parties can contact Michelle Nelsen at michelle.nelsen@usace.army.mil or by phone at 907-753-2527 for further details.
    Hangar 3211 Fire Suppression Repair
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors for the Hangar 3211 Fire Suppression Repair project at Joint Base McGuire-Dix-Lakehurst in New Jersey. This project involves the demolition and removal of an existing High Expansion Foam fire suppression system and fire alarm system, followed by the installation of a new mass notification fire alarm and HEF system, along with related incidental work. The project is critical for ensuring the safety and operational readiness of the hangar, and it will be conducted in an occupied building, requiring careful coordination to minimize disruption. Interested parties, particularly Service-Disabled Veteran-Owned Small Businesses, should contact Kristen Rodgers at kristen.rodgers.1@us.af.mil or 609-754-4690 for further details.
    Edwards AFB Fire Suppression Maintenance 2026
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the Fire Suppression Maintenance contract at Edwards Air Force Base (AFB) for the year 2026. This contract encompasses the testing, maintenance, and repair of the pre-action fire suppression system at the Benefield Anechoic Facility, Building 1030, ensuring compliance with NFPA and UFC standards, with a total potential contract value of approximately $19.5 million over a five-year period. The procurement includes specific recurring tasks across multiple quadrants, with contractors required to utilize boom lifts for high-ceiling inspections and adhere to various federal regulations and standards. Interested vendors must submit their quotes by December 15, 2025, and are encouraged to attend a site visit on November 24, 2025, with prior registration required. For further inquiries, contact Jamil Minosa at jamil.minosa.2@us.af.mil or Abel Alcantar at abel.alcantar.1@us.af.mil.
    Y1DA--437-23-105 Replace Fire Alarm System 437-26-1-6690-0001
    Buyer not available
    The Department of Veterans Affairs, through Network Contracting Office 23, is soliciting proposals for the replacement of the fire alarm system at the Fargo VA Health Care System. This project involves the complete overhaul of the existing analog fire alarm system, which is at the end of its functional life, to a new digital, addressable voice notification system, including the installation of control panels, wiring, annunciators, and detectors across the campus. The importance of this upgrade lies in ensuring the safety and operational continuity of the facility, particularly in a healthcare environment. The estimated contract value ranges from $2 million to $5 million, with a performance period of 540 days from the Notice to Proceed. Interested bidders must submit their proposals electronically by December 18, 2025, and can direct inquiries to Contracting Officer Dwayne Brauch at dwayne.brauch@va.gov or by phone at 651-293-3039.
    Y1DA--519-24-400-NRM Install Fire Alarm Bldg. 25
    Buyer not available
    The Department of Veterans Affairs is soliciting quotes for a construction project to install a new fire alarm system in Building 25 at the West Texas Veterans Affairs Healthcare System in Big Spring, TX. The project involves replacing the existing Honeywell fire alarm system with a Siemens system to ensure compatibility with the main Siemens infrastructure in Building 24, and is designated as a 100% Service-Disabled Veteran Owned Small Business (SDVOSB) set-aside. This upgrade is critical for maintaining a unified and reliable fire safety system across the campus, enhancing safety for patients and staff. Interested contractors must submit their quotes electronically to Eileen Myers by January 2, 2026, at 10:00 AM CST, with the estimated contract value between $250,000 and $500,000.
    Renovation Bldg. 52, Kansas Air National Guard, McConnell AFB, Kansas
    Buyer not available
    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.
    Dorm 742 Renovation
    Buyer not available
    The Department of Defense, through the 341st Contracting Squadron, is seeking sources for the renovation of Dormitory 742 at Malmstrom Air Force Base in Montana. This construction project, estimated to exceed $10 million, will encompass a range of work including asbestos abatement, mold remediation, landscaping, structural and architectural improvements, as well as fire suppression and mechanical/electrical upgrades. The project is crucial for enhancing living conditions and ensuring safety standards in the facility, which was originally designed in 1954 and has undergone previous renovations in 1996 and 2008. Interested small business concerns, including 8(a), HUBZone, Woman Owned Small Business (WOSB), and Service-Disabled Veteran Owned Business (SDVOSB), must demonstrate their capability to perform the work and hold necessary certifications for Montana. Responses are due by 2:00 PM Mountain Time on December 18, 2025, and should be directed to Branden Lawson at branden.lawson@us.af.mil or Jillian Urick at jillian.urick@us.af.mil.
    Z1DA--PN: 568-24-106, Upgrade Fire Alarm System (FM)
    Buyer not available
    The Department of Veterans Affairs (VA) is seeking qualified contractors for the upgrade of the Fire Alarm System at the Black Hills Health Care System - Fort Meade Campus in South Dakota. This project, identified as number 568-24-106, involves a comprehensive upgrade to the existing fire alarm system, which must be compatible with Johnson Controls, Inc. components, and includes tasks such as demolition, installation of new devices, and electrical work. The contract is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), with an estimated construction magnitude between $2,000,000 and $5,000,000, and a Period of Performance of 670 calendar days. Interested bidders must be registered in the System for Award Management (SAM) and certified as SDVOSB, with the Invitation for Bids (IFB) expected to be issued around November 21, 2025. For further inquiries, contact Contract Specialist John Breyer at john.breyer@va.gov.
    D-21 Alarm System
    Buyer not available
    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 Suppression Systems Maintenance Services for Joint Base San Antonio Fort Sam Houston
    Buyer not available
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for Fire Suppression Systems Maintenance Services at Joint Base San Antonio Fort Sam Houston. The contractor will be responsible for the inspection, testing, maintenance, and repair of fire suppression systems across multiple facilities, ensuring compliance with manufacturer specifications and NFPA standards. This contract is critical for maintaining safety and operational readiness, with an estimated total value of $12.5 million over a five-year period, from January 2026 to December 2030. Interested small businesses must submit their proposals by December 8, 2025, and can direct inquiries to Chad Olson at chad.olson.4@us.af.mil or Emily A. Rodriguez at emily.rodriguez.8@us.af.mil.