LRSO Hardware Software Development Facility at Eglin AFB, FL - Honeywell Notifier Onyx FACP
ID: W9127825R0036Type: Special Notice
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW074 ENDIST MOBILEMOBILE, AL, 36602-3630, USA

NAICS

Commercial and Institutional Building Construction (236220)

PSC

CONSTRUCTION OF MISCELLANEOUS BUILDINGS (Y1JZ)
Timeline
  1. 1
    Posted Mar 31, 2025, 12:00 AM UTC
  2. 2
    Updated Mar 31, 2025, 12:00 AM UTC
  3. 3
    Due Apr 15, 2025, 10:00 PM UTC
Description

The Department of Defense, specifically the U.S. Army Corps of Engineers, Mobile District, is seeking sources for the procurement of Honeywell Notifier Onyx Fire Alarm Control Panels (FACP) and Cummins electrical power generators for the FY-25 Long Range Standoff (LRSO) Hardware/Software Development and Test Facility at Eglin Air Force Base, Florida. This facility, spanning 11,000 square feet, will support advanced hardware and software development, testing, and evaluation, playing a critical role in national security and the fielding of advanced programs for the warfighter. Interested firms must provide product data and a written statement of compliance with the specified requirements by 5:00 PM CDT on April 15, 2025, to the designated contacts, Leigh Dedrick and Stephanie M. Scalise, via email. This notice is not a request for proposals but a market survey to identify potential sources for the required equipment.

Point(s) of Contact
Files
No associated files provided.
Lifecycle
Title
Type
Similar Opportunities
Enterprise Fire Alarm Control Panel (FACP) Systems
Buyer not available
The Department of Defense, specifically the U.S. Army Installation Management Command (IMCOM), is seeking industry feedback through a Sources Sought Notice for the procurement of Fire Alarm Control Panel (FACP) systems. The objective is to standardize these systems across all Army installations within the Continental United States, Alaska, Puerto Rico, Hawaii, and select overseas locations, reducing the number of manufacturers from thirty-eight to four—Honeywell, Johnson Control, Monaco, and Siemens—to enhance cost efficiency and operational effectiveness. This initiative aims to streamline procurement processes for replacements or new installations under Firm-Fixed-Price contracts, while also inviting responses from firms capable of providing comparable products. Interested parties should direct inquiries to Brayden Lazenby at brayden.v.lazenby.civ@army.mil or Sylvia Farmer at sylvia.farmer.civ@army.mil, with responses encouraged by the specified deadline to facilitate clarity in the contracting process.
Mircom Non-Recurring Engineering Services (NRE) for Machinery Control Systems (MCS) Fire Alarm Control Panel (FACP)
Buyer not available
The Department of the Navy's Naval Surface Warfare Center, Philadelphia Division (NSWCPD) is seeking responses to a Request for Information (RFI) for Non-Recurring Engineering (NRE) services aimed at enhancing the FX-4000N Machinery Control System (MCS) Fire Alarm Control Panel (FACP). The contractor will be responsible for incorporating dual temperature trigger points for heat detection and removing a lockout feature that restricts user access after multiple failed password attempts. This project is critical for ensuring the reliability and accuracy of fire alarm systems used by the Navy, with deliverables owned by the LHD/A MCS Team. Interested parties must submit their responses electronically by 3:00 PM EST on April 12, 2025, to Stefan Kitzinger at stefan.b.kitzinger.civ@us.navy.mil, adhering to a two-page limit and including specified company information.
EAR048 Replace Site Fire Alarm System
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers, Alaska District, is seeking qualified prime contractor firms for a Design-Bid-Build construction project aimed at replacing fire alarm systems in 44 buildings at Eareckson Air Station, Alaska. Contractors must demonstrate their capability to provide comprehensive management, equipment, and trained personnel for the demolition and installation of fire alarm systems, including the installation of fiber optic cabling for communication between buildings and central supervising stations. This project, with an estimated value between $20 million and $30 million, is part of the government's market research to determine the acquisition strategy, and interested firms must submit a capabilities package by April 11, 2025. For further inquiries, interested parties can contact Michelle Nelsen at michelle.nelsen@usace.army.mil or Theresa Afrank at theresa.m.afrank@usace.army.mil.
Lenel Maintenance Package
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for a Lenel Maintenance Package to support the Lenel Access Control System (ACS) at Eglin Air Force Base in Florida. This contract aims to ensure the operational efficiency of security systems across 30 secure facilities, requiring comprehensive maintenance services, including 24/7 technical support, preventative maintenance, and software updates. The procurement is particularly significant due to the sensitive nature of security operations, necessitating authorized vendors for repairs and maintenance. Interested bidders, particularly Women-Owned Small Businesses, must submit their proposals by April 17, 2025, at 1:00 PM, with the contract anticipated to commence on May 1, 2025, and run for one year. For further inquiries, potential bidders can contact A1C Emily Newton at emily.newton.1@us.af.mil or Erik Owens at erik.owens.8@us.af.mil.
Fire Alarm and Extinguisher Service
Buyer not available
The Department of Defense, specifically the Department of the Army through the W072 Endist Detroit office, is conducting a Sources Sought Notice to identify potential contractors for fire alarm and extinguisher services at the Soo Project Office in Lake Isabella, Michigan. The procurement aims to gather market research on the capabilities of both small and large businesses to perform inspection and maintenance of fire alarm notification and fire suppression systems, which are critical for ensuring safety at the facility. Interested vendors are encouraged to complete the attached Sources Sought Survey, providing details about their company, past project experience, and bonding capabilities, with responses due by 2:00 PM EST on April 23, 2025. For further inquiries, respondents may contact Sally Artz or Kari Tauriainen via the provided email addresses.
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, Pennsylvania. The project entails replacing the existing fire alarm system and integrating a new mass notification system, adhering to specific safety and compliance standards outlined in UFC-3-600-01 and UFC-4-021-01. 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 by April 24, 2025, with an estimated contract value between $500,000 and $1,000,000, and are encouraged to contact Rishi Mathur or David Rhoads for further information.
SENSING ELEMENT, FIRE NSN; 6340-014712596
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking proposals for the procurement of 295 units of the Sensing Element, Fire (NSN: 6340-014712596; P/N: 35790-200-400). This procurement is classified as an unrestricted acquisition, with full and open competition, and requires delivery within 162 days after receipt of order to Hill Air Force Base in Utah. The contract will be awarded based on a combination of price, past performance, and other evaluation factors, with a request for proposal (RFP) expected to be issued around April 1, 2025, and closing on or about May 1, 2025. Interested vendors must be registered in the System for Award Management (SAM) and should contact Michael Blain at 804-807-4436 or via email at michael.blain@dla.mil for further details.
DELUGE PACKAGE SYSTEM
Buyer not available
The Department of Defense, specifically the Department of the Army, is soliciting proposals for a Complete Ultra High-Speed Deluge Package System to be delivered to the McAlester Army Ammunition Plant in Oklahoma. This procurement requires brand-name products from De-Tronics, with no substitutions allowed, and includes various components such as high-speed deluge systems, power distribution enclosures, flame detectors, and safety system software. The contract is set aside for small businesses, emphasizing the government's commitment to fostering small business participation in federal procurement. Interested contractors must submit their bids via email by April 15, 2025, at 10:00 AM, and should direct inquiries to Andrea Jones at andrea.jones36.civ@army.mil.
Westnet First-In System
Buyer not available
The Department of Defense, through the Naval Surface Warfare Center (NSWC) Corona Division, is seeking proposals for the procurement of a Westnet fire alerting system, with the intention of awarding a sole source Firm Fixed Price (FFP) contract to WESTNET, LLC. This procurement aims to enhance fire protection capabilities within the facility by acquiring specific components such as data surge protectors and audio modules, with strict adherence to the outlined specifications and no acceptance of alternatives. Interested parties must submit their quotations electronically by the specified deadline, ensuring compliance with federal procurement laws and registration in the System for Award Management (SAM). For further inquiries, interested vendors may contact Ashley Briseno at ashley.m.briseno.civ@us.navy.mil.
PKA - B549 Repair Multiple Fire Alarm Panels
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting bids for the "PKA - B549 Repair Multiple Fire Alarm Panels" project at Travis Air Force Base in California. The project involves the design and construction services necessary to upgrade outdated fire alarm systems, including the demolition and replacement of existing components, with a contract value estimated between $500,000 and $1,000,000. This initiative is crucial for maintaining safety standards in federal facilities and ensuring effective emergency response capabilities. Interested contractors must submit their proposals by April 22, 2025, and can direct inquiries to SSgt Gabriel Sanderson at gabriel.sanderson@us.af.mil or MSgt Joshua Boak at joshua.boak@us.af.mil.