LRSO Hardware Software Development Facility at Eglin AFB, FL - Honeywell Notifier Onyx FACP & Cummins Back Up Generator
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
    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.
    Similar Opportunities
    PANEL, FIRE ALRM
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting bids for the procurement of fire alarm panels. The contract requires the manufacture and design of the fire alarm panel to meet specific technical requirements, including compliance with standards set by Honeywell Life Safety and the exclusion of mercury in the materials used. These panels are critical for ensuring safety and compliance in naval operations. Interested vendors should direct inquiries to Jon Zeigler at 564-230-3806 or via email at JON.ZEIGLER.CIV@US.NAVY.MIL, and must be prepared to submit their proposals within the specified timeframe, with pricing valid for 60 days post-quotation submission.
    SOURCES SOUGHT FOR DET-TRONICS EQP FIRE DETECTION/RCU COMPONENTS; NAVFAC HAWAII, JOINT BASE PEARL HARBOR-HICKAM, HAWAII
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command (NAVFAC) Hawaii, is conducting a sources sought notice for fire detection and releasing control unit components at Joint Base Pearl Harbor-Hickam, Hawaii. The procurement aims to identify potential suppliers capable of providing a fire alarm detection and releasing control unit that meets specific requirements, including compliance with various safety codes and standards, as well as compatibility with existing Det-Tronics equipment. This equipment is critical for ensuring safety in aircraft maintenance hangars, where reliable fire detection and suppression systems are essential. Interested parties must submit their technical data and specifications to Ms. Jessica Shimoda at jessica.a.shimoda.civ@us.navy.mil by December 23, 2025, at 12:00 p.m. Hawaii Standard Time for consideration.
    SOURCES SOUGHT FOR DET-TRONICS X3301 MULTISPECTRUM IFD; NAVFAC HAWAII, JOINT BASE PEARL HARBOR-HICKAM, HAWAII
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command (NAVFAC) Hawaii, is conducting market research for the procurement of a flame detector that meets specific requirements equivalent to the Det-Tronics X3301 Multispectrum Infrared Flame Detector. The Government is seeking alternative products that comply with various safety and performance standards, including UFC 4-021-01 for Aircraft Maintenance Hangars and NFPA 72 for fire alarm systems, while ensuring compatibility with existing systems. This procurement is critical for maintaining safety in hazardous locations, particularly in areas with potential hydrocarbon liquid fuel fires. Interested parties must submit their technical data and specifications to Ms. Jessica Shimoda at jessica.a.shimoda.civ@us.navy.mil by December 23, 2025, at 12:00 p.m. Hawaii Standard Time, to be considered for this opportunity.
    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.
    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.
    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.
    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.
    Facility Services for Non-Real Property
    Dept Of Defense
    The Department of Defense, specifically the Air Force Test Center, is seeking qualified small businesses to provide facility services for non-real property at Eglin Air Force Base in Florida. The procurement involves a comprehensive range of maintenance, repair, and inspection services, including structural, mechanical, electrical, and fire detection systems, as outlined in the Performance Work Statement dated December 17, 2025. This contract is critical for ensuring the operational readiness and safety of the facilities, with a total potential contract value of approximately $285,000 over a five-year period, including a base year and four option years. Interested parties must submit their offers by January 22, 2026, and can direct inquiries to Kristina B. Brannon at kristina.brannon.1@us.af.mil.
    FIRE DETECTOR SYSTEM SENSING ELEMENT / 06F, C-130 HERCULES AIRCRAFT
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation, is seeking suppliers for the procurement of a Fire Detector System Sensing Element for the C-130 Hercules aircraft. This indefinite quantity contract (IQC) will cover a base period of five years, with an estimated annual requirement of 40 units, and delivery is expected within 218 days after order placement. The goods are critical for ensuring the safety and operational readiness of military aircraft, and the solicitation will be issued as an unrestricted procurement, with a reverse auction process conducted online. Interested vendors should register at DLA.ProcurExInc.com and can access the solicitation on or about November 19, 2025, via the DLA Internet Bid Board System (DIBBS). For further inquiries, contact Gladys Brown at gladys.brown@dla.mil or by phone at 445-737-4113.