FARS PHASE II UPGRADE/FIREWORKS INSTALL
ID: LT2517250001Type: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA2517 21 CONS BLDG 350PETERSON SFB, CO, 80914-1117, USA
Timeline
    Description

    The Department of Defense, specifically the 21st Contracting Squadron at Peterson Space Force Base, is seeking information from potential suppliers for the upgrade of the Fire Alarm Reserve System (FARS) Phase II and the installation of a FireWorks System. The project entails replacing network switches and Uninterrupted Power Supply (UPS) units across several buildings at Peterson SFB and Cheyenne Mountain Space Force Base, ensuring compliance with federal, state, and OSHA standards. This initiative is crucial for enhancing fire safety systems and infrastructure within the federal sector, reflecting a commitment to modernization and operational efficiency. Interested parties must submit their responses by April 3, 2025, and direct any inquiries to TSgt Leonard Tennart at leonard.tennart@spaceforce.mil or TSgt Kyle Richmond at kyle.richmond@spaceforce.mil.

    Files
    Title
    Posted
    The Performance Work Statement (PWS) outlines the project for upgrading the fire alarm system and installing a FireWorks system at Peterson Space Force Base (PSFB) in Colorado. The initiative includes two key components: the replacement and upgrade of network switches and Uninterrupted Power Supply (UPS) for the Fire Alarm System, and the installation of the FireWorks System at both PSFB and Cheyenne Mountain Space Force Base. Compliance with federal and local safety standards, including OSHA and engineering criteria, is mandatory throughout the project. Contractors must have proven experience with fire alarm systems and ensure adherence to specified requirements, including site conditions verification, safety regulations, and scheduling protocols. All installations must involve thorough inspections, testing, and necessary training for personnel. Additionally, the project requires proper management of hazardous materials encountered during the work, ensuring compliance with environmental regulations. Upon completion, contractors must provide comprehensive documentation, including operations and maintenance manuals, as-built drawings, and a warranty for at least two years. The project emphasizes safety, government property protection, and effective site management. It is crucial for the successful installation and functionality of the upgraded systems at PSFB.
    The document outlines a request for the procurement of fire alarm system equipment, detailing specifications and quantities for various components required for upgrading the system. Key items include the Catalyst 9300 switch with its capabilities, power supply units, SFP transceivers, uninterruptible power supplies, and fiber patching cables, highlighting their compatibility with Cisco equipment and relevant performance metrics. The contractor is instructed to deliver all specified equipment to Building 1322 at Peterson SFB during designated hours, coordinating with material control personnel and the project management team. The purpose of this document is to facilitate the acquisition and installation of advanced fire alarm system components, ensuring efficient performance and ongoing operational reliability, aligning with standard governmental protocols for equipment procurement and installation processes. Overall, it represents a formal step in enhancing essential infrastructure for safety and emergency response readiness.
    The document outlines the equipment requisition for the installation of a FireWorks system at Peterson SFB. It details the specific items needed, including Workstations, Servers, Touch Screen Monitors, and various support items like UPS units and networking equipment, specifying quantities for each. The equipment will be delivered to Building 1322, adhering to designated hours and coordinating with Material Control and the Project Manager. The contractor is responsible for ensuring timely delivery and coordination. This RFP segment reflects essential requirements for enhancing fire alarm system capabilities and infrastructure within the federal sector, in line with appropriate regulatory standards. The document serves to facilitate the procurement process for necessary fire safety technologies, ensuring compliance and operational efficiency within the Space Force.
    The document outlines specific security management features required for network switches under the Federal Automated Reporting System (FARS) Cyber Requirements. It mandates that switches must individually authenticate all connected devices and disable unnecessary functions to enhance security. Passwords must be stored in a cryptographic format, and network connections related to device management should timeout after five minutes of inactivity. Keyed-Hash Message Authentication Code (HMAC) must be utilized for securing remote maintenance sessions, along with cryptographic mechanisms to ensure confidentiality. Additionally, switches are required to operate on a current IOS release and implement restrictions on traffic directed to their interfaces and block all traffic destined for IP core infrastructure. These requirements reflect the federal government's commitment to robust cybersecurity measures in the management of network devices.
    The United States Space Force is seeking information from potential suppliers concerning the Fire Alarm Reserve System (FARS) Phase II upgrades and the installation of a new FireWorks System at Peterson Space Force Base and Cheyenne Mountain Space Force Base in Colorado. The project includes the replacement of network switches and Uninterrupted Power Supply (UPS) within the existing fire alarm systems across several base buildings, ensuring compliance with federal, state, and OSHA standards. Interested parties are encouraged to respond to this Sources Sought request with details about their capabilities, delivery timelines, and specifications for required equipment listed in various attachments. The initiative aims to gather market research to determine procurement methods, with no immediate solicitation or contract commitments. Responses and inquiries regarding this project are due by early April 2025. This RFP is categorized under NAICS code 334220, focused on broadcasting and wireless communications equipment manufacturing, with a small business size standard of 1,250 employees. The document underscores the Air Force's intentions to enhance fire safety systems, reflecting an ongoing commitment to facility modernization and compliance.
    Lifecycle
    Title
    Type
    Sources Sought
    Similar Opportunities
    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.
    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.
    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.
    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.
    Power Independence, Mission Control Station (PIMCS), Buckley Space Force Base (SFB), Colorado (CO)
    Dept Of Defense
    The Department of Defense, through the Department of the Army, is soliciting proposals for the Power Independence, Mission Control Station (PIMCS) project at Buckley Space Force Base in Colorado. This procurement aims to update the current estimate for Contract Line Item Number (CLIN) 0007, along with providing revised specifications and drawings necessary for the construction of electronic and communications facilities. The project is critical for enhancing power independence at the mission control station, ensuring operational efficiency and reliability. Interested contractors should note that the proposal due date has been extended to January 6, 2026, at 1400 Central Time, and may contact Scott Dwyer or Brittany Gull for further information.
    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.
    FTQW 20 0504 2 CHPP Electrical Upgrades
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for electrical upgrades at the Central Heat Power Plant (CHPP) located at Eielson Air Force Base in Alaska. The project aims to enhance and modify the low voltage electrical and lighting systems, which includes the removal and replacement of outdated electrical panels, transformers, and lighting fixtures to meet current standards. This upgrade is critical for maintaining operational efficiency and safety within the facility, which is essential for military operations. Interested small businesses must submit their electronic bids by January 20, 2026, with a project magnitude estimated between $1 million and $5 million. For further inquiries, contact SrA Christopher Blackburn at 907-377-3841 or via email at 354CONS.PKA.MonitorConstruction@us.af.mil.
    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.
    Upgrade Fire Detection System at FCI Phoenix
    Justice, Department Of
    The Department of Justice, through the Federal Bureau of Prisons, is soliciting bids for the upgrade of the fire detection system at the Federal Correctional Institution (FCI) in Phoenix, Arizona. The project involves the installation of a new addressable fire alarm system across all buildings, including the integration of monitoring and control workstations, fiber optic network expansion, and compliance with safety and hazardous material protocols. This upgrade is critical for ensuring the safety and security of the correctional facility, with an estimated contract value between $5 million and $10 million. Interested small businesses must submit their bids electronically by December 30, 2025, and can contact Alex Jackson at a4jackson@bop.gov for further information.
    FTG267 R and C 80KVA UPS Replacement
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for the replacement of two 80 KVA Uninterruptable Power Systems (UPSs) with two distributed redundant 75 KVA UPSs at the Readiness and Control building on the Missile Defense Complex located at Fort Greely, Alaska. This project is critical for ensuring reliable power supply and operational readiness within the facility. The solicitation is set aside for small businesses, and interested parties must acknowledge receipt of the amendment to the original solicitation to ensure their proposals are considered. For further details, including the solicitation and amendments, interested vendors should contact Brittney Morrison at brittney.morrison@usace.army.mil or Michelle Nelsen at michelle.nelsen@usace.army.mil, with the proposal due date remaining unchanged as per the latest amendment issued on December 12, 2025.