Mass Notification System
ID: Mass_Notification_System_Robins_AFB_SSType: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA8501 OPL CONTRACTING AFSC/PZIOROBINS AFB, GA, 31098-1672, USA

NAICS

Other Communications Equipment Manufacturing (334290)

PSC

COMMUNICATIONS SECURITY EQUIPMENT AND COMPONENTS (5810)
Timeline
  1. 1
    Posted Mar 21, 2025, 12:00 AM UTC
  2. 2
    Updated Mar 31, 2025, 12:00 AM UTC
  3. 3
    Due Apr 4, 2025, 4:00 PM UTC
Description

The Department of Defense, specifically the Department of the Air Force, is seeking qualified vendors for the expansion and maintenance of a Mass Notification System (MNS) at Robins Air Force Base in Georgia. The procurement aims to identify technicians certified by Federal Signal, who can maintain the system operating on customized Communicator software, ensuring uninterrupted service and compliance with existing contracts. This initiative is critical for maintaining operational readiness and safety during emergencies, as the MNS plays a vital role in crisis communication. Interested vendors must submit their qualifications to Bobby Ballow and Adriana Lytle by April 4, 2025, at 12 PM EST, with the contract effective from August 1, 2025, to June 30, 2030.

Point(s) of Contact
Files
Title
Posted
The Performance Work Statement (PWS) F3Q3AH5045AW01 outlines the requirements for a Mass Notification System (MNS) support contract at Robins Air Force Base. The contractor is responsible for conducting annual inspections, diagnostic testing, and maintenance of the system, ensuring compliance with industry standards. Key tasks include installing system expansions, providing necessary software and hardware upgrades, and documenting all work performed. The contractor must adhere to strict security clearance protocols for accessing government facilities and ensure continuity of essential services during crises through a dedicated plan. The contract is effective from August 1, 2025, to June 30, 2030, covering multiple locations on the base. There are also detailed requirements for health, safety, and quality control protocols, including strict reporting on mishaps and compliance with environmental management standards. This initiative emphasizes accuracy, timely service, and proactive risk management to maintain safety and operational readiness for emergency communications within the base's infrastructure.
Mar 31, 2025, 8:04 PM UTC
The government notice serves to identify qualified vendors capable of maintaining the Federal Signal system at Robins Air Force Base (AFB). Specifically, it targets technicians certified by Federal Signal, as the system operates on customized Communicator software. This software is currently under warranty, contingent upon uninterrupted maintenance coverage. Notably, this notice does not solicit quotes; instead, it seeks to ascertain sources who meet the certification requirements with Federal Signal to effectively manage and update the Communicator Software for the MNS system. The document underscores the importance of maintaining certification to ensure system reliability and compliance with existing contracts.
Lifecycle
Title
Type
Mass Notification System
Currently viewing
Sources Sought
Similar Opportunities
Repair Fire Detection System Bldg. 1850
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the repair of the fire detection system in Building 1850 at Westover Air Reserve Base in Chicopee, Massachusetts. The project involves a comprehensive overhaul of the existing fire alarm system, including the integration of a new Mass Notification System (MNS) to ensure compliance with fire safety regulations and enhance overall safety measures. This initiative is critical for maintaining high safety standards in military facilities, with an estimated construction value between $100,000 and $250,000, and is set aside exclusively for small businesses. Interested contractors must submit their proposals by April 8, 2025, and can direct inquiries to Douglas P. Fortin at douglas.fortin.1@us.af.mil or Ewa Gosselin at ewa.gosselin@us.af.mil.
NSWCPD | B542 Design Build Fire Alarm Repairs (Mass Notification Systems)
Buyer not available
The Department of Defense, through the Naval Surface Warfare Center Philadelphia Division (NSWCPD), is soliciting proposals for the design and installation of a Fire Alarm and Mass Notification System (FA&MNS) at Building 542, Philadelphia Naval Business Center. The project entails replacing the existing fire alarm system and integrating a new mass notification system, adhering to specific safety and compliance standards. This procurement is crucial for enhancing safety measures within government facilities, ensuring operational readiness and compliance with federal regulations. Interested small businesses must submit their proposals, including technical and price evaluations, by the specified deadline, with the project budget estimated between $500,000 and $1,000,000 and a completion timeline of 199 days post-award. For further inquiries, contact Rishi Mathur at rishi.m.mathur.civ@us.navy.mil or David Rhoads at david.a.rhoads8.civ@us.navy.mil.
FY25 CS Voicemail
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors to provide Callegra Level Two Voicemail Sustainment services at Fairchild Air Force Base in Washington. The procurement involves the provision of specific software and support, including free upgrades to the Callegra UC software as they become available on the Department of Defense Approved Products List (DoD APL). This initiative is crucial for maintaining reliable communication infrastructure and enhancing operational efficiency within federal operations. Interested vendors should contact Ryan A Moffett at ryan.moffett@us.af.mil or 509-247-8137, or Branden Lawson at branden.lawson@us.af.mil or 509-247-2163 for further details regarding the Request for Quote (RFQ) identified as FA462025QA944, which includes specific technical requirements and performance criteria.
Installation of AtHoc Integration Module (IIM) Interface Box for OptiWarn Giant Voice System
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting quotes for the installation of an AtHoc Integration Module (IIM) Interface Box for the OptiWarn Giant Voice System at Wright Patterson Air Force Base in Ohio. The project requires the contractor to complete the installation, configuration, and testing of the interface box, ensuring seamless integration with the existing emergency notification systems to enhance automated alert capabilities. This procurement is crucial for improving communication during critical situations, thereby reinforcing the government's commitment to effective emergency response. Quotes are due by April 15, 2025, at 10:00 AM EST, and interested vendors must be registered in the System for Award Management (SAM) to be eligible for consideration. For further inquiries, contact Shemari Hale at shemari.hale@us.af.mil or TSgt. Ljuan Benbow at ljuan.benbow.1@us.af.mil.
Install Enunciators & Alarms, DLA Dist. All Bldgs.
Buyer not available
The Department of Defense, through the NAVFACSYSCOM Mid-Atlantic office, is soliciting proposals for the installation of enunciators and alarms across all buildings at Marine Corps Air Station (MCAS) Cherry Point, North Carolina, under Project No. 7264735. This project involves the demolition of existing alarm systems and the installation of new Federal Signal Model 350-120-30 horns and Sentrol magnetic switches, with a focus on enhancing safety systems within military facilities. The contract is set aside for small businesses, with an estimated value between $25,000 and $100,000, and proposals must be submitted by May 6, 2025, following compliance with federal regulations including the Davis-Bacon Act. Interested contractors should direct inquiries to Evan Dumke or Ericka J. Bishop before the cutoff date of April 28, 2025.
CUSTOM SIGNAGE AND MATERIALS
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking proposals from qualified vendors for the procurement, delivery, and installation of custom signage and branded materials for the 950th Spectrum Warfare Group at Robins Air Force Base, Georgia. The contract requires the provision of high-quality products, including rugs, decals, and weather-resistant signage that meet military specifications, with a total performance period of 60 days from the date of award. This initiative is particularly aimed at fostering participation from Women-Owned Small Businesses (WOSB) and emphasizes compliance with federal regulations and quality assurance standards. Interested parties must submit their quotations by April 17, 2025, and can direct inquiries to Stephanie Akles at stephanie.akles.1@us.af.mil or Cory Harris at cory.harris.4@us.af.mil.
Local Telecommunication Services
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking quotations for Local Telecommunication Services at Moody Air Force Base in Georgia. The procurement aims to provide essential telecommunications infrastructure, ensuring high reliability and compliance with federal standards, with a minimum service reliability of 99.999%. This contract will span a base period of twelve months starting May 14, 2025, with four optional one-year extensions, and will be evaluated based on price, technical acceptability, and past performance. Interested contractors must submit their quotations by April 18, 2025, and can direct inquiries to Lt. Vivian Pham at vivian.pham.3@us.af.mil or Mr. Gerard Entwisle at gerard.entwisle.2@us.af.mil.
REPAIR SERVICES MINI MUTES PROGRAM
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking qualified vendors to provide repair services for the Mini MUTES Program, focusing on a critical power supply component (NSN: 6130-01-314-7781). The procurement requires vendors to be on an approved sources list, with a detailed qualification process outlined in the attached SQSR document, which emphasizes the importance of engineering source approval to ensure product quality and mitigate technical risks. This power supply is essential for ground radar operations, and the successful contractor will be responsible for thorough testing, evaluation, and compliance with stringent military specifications. Interested vendors must contact John Prather at john.prather.3@us.af.mil or call 801-586-3463 for further details, with quotes due by April 11, 2025.
80 FTW Duty Desk Radio Desksets
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking quotes for the procurement of Gai-Tronics IPE-2500A-MLS Desksets and Gai-Tronics ITA-2000A Tone Remotes, essential for ground-to-air radio communications at Sheppard Air Force Base in Texas. This procurement is a total small business set-aside, emphasizing the need for reliable communication equipment that has been validated by the Air Force Flight Standards Agency and previously deployed successfully across various units. Interested vendors must submit their quotes via email by 3:00 PM CST on April 7, 2025, and direct any questions in writing to the primary or alternate contacts listed, with a deadline for inquiries set for April 1, 2025. For further details, interested parties can reach out to Alyssa Cunha at alyssa.cunha@us.af.mil or Marylee Caraballo at marylee.caraballo@us.af.mil.
Air National Guard Voice Switching System (VSS) AMD 0004
Buyer not available
The Department of Defense, through the Defense Information Systems Agency (DISA), is seeking proposals for the replacement of the Voice Switching System (VSS) across 105 Air National Guard (ANG) sites, specifically targeting the outdated Avaya 8800 CM7 systems. The project aims to enhance telecommunication capabilities by ensuring compliance with current E911 laws and integrating advanced telephony management systems, while also providing necessary training and project management documentation. This initiative is critical for maintaining operational readiness and compliance with federal regulations, as the existing systems are nearing critical failure. Interested contractors must submit their proposals by April 16, 2025, and can direct inquiries to Kevin L. Poore at kevin.l.poore.civ@mail.mil or Jennifer L. Kinser at jennifer.l.kinser3.civ@mail.mil.