Westnet Maintenance Services - Schriever Space Force Base
ID: FA255025Q0039Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA2550 50 CONS PKPSCHRIEVER SFB, CO, 80912-2116, USA

NAICS

Electrical Contractors and Other Wiring Installation Contractors (238210)

PSC

INSTALLATION OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS (N063)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Defense, through the U.S. Space Force's 50th Contracting Squadron, is seeking qualified small businesses to provide maintenance services for the Westnet First-in Alerting and Dispatch System at Schriever Space Force Base in Colorado. The contractor will be responsible for comprehensive maintenance, including annual onsite services, remote software upgrades, 24-hour support, and operator training, all in compliance with NFPA standards and manufacturer specifications. This maintenance is critical for ensuring the operational readiness of the Fire Department's emergency communication systems. Quotes are due by August 6, 2025, at 1400 MST, with the contract expected to span from September 15, 2025, to March 14, 2030. Interested parties should contact Jacob Hiatt at jacob.hiatt@us.af.mil or David Anderson at david.anderson.182@spaceforce.mil for further details.

    Files
    Title
    Posted
    This government file, FA255025Q0039, outlines various clauses and regulations applicable to federal government solicitations and contracts, particularly those involving the Department of Defense. Key areas covered include requirements related to compensation of former DoD officials, whistleblower rights, antiterrorism awareness training, safeguarding covered defense information, and prohibitions on certain telecommunications equipment and services (FASCSA orders). The document also details compliance with acquisition regulations, such as those regarding hexavalent chromium, domestic commodities, and business operations with sanctioned regimes. It specifies procedures for electronic payment requests through the Wide Area WorkFlow (WAWF) system, including access, training, and document submission instructions. Furthermore, the file incorporates comprehensive offeror representations and certifications for commercial products and services, addressing small business concerns, veteran-owned businesses, women-owned businesses, and certifications regarding responsibility matters, child labor, and compliance with various federal acts like the Buy American Act and Trade Agreements. It emphasizes the importance of contractors verifying and updating their information in the System for Award Management (SAM) and adhering to strict reporting requirements for supply chain security and other compliance areas. The document serves as a comprehensive guide for contractors to ensure compliance with a broad spectrum of federal acquisition regulations.
    The document outlines a Statement of Work (SOW) for the maintenance of the First-In Alerting System at Schriever SFB (SSFB) Emergency Communication Center (ECC) and Alternate ECC. The contractor is responsible for providing all necessary labor, parts, materials, equipment, and transportation to perform maintenance in accordance with NFPA standards and manufacturer specifications. Key services include annual onsite maintenance, remote software upgrades, 24-hour toll-free support, UPS battery replacement, and two Zone-Incident-Responder-District (ZIRD) updates per year. The contractor must also provide refresher training for operators, respond to emergency calls within one hour, and non-routine calls within three days. A Quality Program Plan (QPP) is required within 10 days of contract award. The government will inspect performance to ensure compliance. Security requirements for SSFB, a restricted area, are detailed, including National Agency Checks (NAC) for unescorted entry, vehicle passes, and proper display of area badges.
    This government file, FA255025QVBM1, outlines a Firm Fixed Price Quote for station alerting and dispatch platform maintenance requirements across a base year, four option years, and a six-month extension of service. The services include on-site maintenance visits, standard support (Monday-Friday, 10 a.m. - 6 p.m. Mountain Time), remote software upgrades, unlimited 24-hour toll-free support, priority equipment delivery, base-level voice chip program changes, UPS battery replacement (as needed for station alerting), access to First-In Subscription Cloud Services (when available for dispatch platform), annual on-site maintenance, and two Zone-Incident-Responder-District (ZIRD) updates per year. The dispatch platform also includes one additional on-site visit per year for maintenance issues. The contract period of performance spans from September 15, 2025, to March 14, 2030.
    The provided document is a placeholder message indicating that the PDF viewer may not be able to display the document's content. It advises the user to upgrade to the latest version of Adobe Reader for Windows, Mac, or Linux by visiting http://www.adobe.com/go/reader_download, or to seek further assistance at http://www.adobe.com/go/acrreader. The message also includes trademark information for Windows, Mac, and Linux. This file is not an RFP, federal grant, or state/local RFP itself, but rather a technical message related to viewing a document that could potentially be one of these types of government files.
    The document is a comprehensive federal government Request for Proposal (RFP) outlining various contract clauses and requirements aimed at securing compliance and ensuring ethical practices in defense contracting. It includes a list of incorporated clauses relevant to contractors, such as regulations concerning former Department of Defense (DoD) officials, whistleblower rights, safeguarding sensitive information, and prohibitions on certain telecommunications equipment tied to foreign entities, particularly from China and Russia. Key clauses concern the Federal Acquisition Supply Chain Security Act, emphasizing prohibitions against sourcing covered articles or services from mandated sources. The document details electronic submission processes for payment via the Wide Area Workflow system, ensuring efficient invoicing and compliance. It mandates disclosures regarding subcontractors, certifications regarding compliance with labor standards, and representations of business status, such as small business classifications. The overall purpose is to ensure transparency, accountability, and adherence to federal standards throughout the contracting process while addressing specific provisions relevant to national security and ethical governance in defense acquisitions.
    The document outlines the requirements for a contractor to maintain the First-In Alerting System at Schriever Space Force Base's Emergency Communication Center. Key responsibilities include providing all necessary labor, materials, and equipment for the system's maintenance to comply with National Fire Protection Association standards and manufacturer specifications. The contractor must perform on-site maintenance, offer 24-hour support, and schedule inspections at least annually. Emergency repairs should be addressed within specified response times—1 hour for emergencies and 3 days for non-routine issues. Additionally, the contractor is responsible for technical support and refresher training for operators. Security measures are emphasized, as the base is a controlled area requiring specialized access procedures, including National Agency Checks for contractor personnel. The document stresses the importance of quality control, evaluation by government representatives, and adherence to operational standards. This solicitation reflects broader government initiatives in ensuring the reliability and safety of emergency communication systems in a secure environment.
    The document outlines a federal Request for Proposal (RFP) related to maintenance services for Station Alerting and Dispatch Platforms. The maintenance contract includes firm-fixed pricing and spans multiple years—from September 2025 to March 2030—covering on-site visits for various equipment maintenance. Key components of the maintenance services include standard support during business hours, remote software upgrades, 24-hour toll-free support, priority equipment delivery, and annual updates for incident-response district systems. Each year is subdivided into distinct options for service longevity, including base years and optional extensions. Crucially, the contractor is responsible for scheduling and coordinating all service mobilizations for efficiency. This document serves to establish the contractual framework and pricing for these critical support services, ensuring operational readiness for emergency response systems managed by local governments. The RFP is intended to secure bids from qualified vendors capable of fulfilling these service needs while adhering to federal and state procurement guidelines.
    The document appears to be unresponsive and does not contain accessible content for summarization regarding federal government RFPs, federal grants, or state and local RFPs. As there are no details or key ideas presented, it is impossible to identify a main topic or purpose. The text primarily includes guidance on software compatibility for PDF viewing and mentions trademarks of various companies without providing substantive information. Consequently, a summary or analysis of key points relevant to government solicitations cannot be produced from the current content as it stands. Further clarity or access to relevant information would be necessary to fulfill the task effectively.
    This document is a combined synopsis/solicitation (FA255025Q0039) for a Request For Quotation (RFQ) issued by the US Space Force's 50th Contracting Squadron at Schriever SFB, Colorado. The solicitation, titled "50 CES FD Westnet First-in Alerting and Dispatch System Maintenance," is a total small business set-aside with NAICS code 238210 ($19,000,000 size standard) and will be solicited as a sole source requirement. The solicitation was issued on July 30, 2025, with quotes due by August 6, 2025, at 1400 MST. Offers should be Firm Fixed Price and include specific company and technical details, pricing, and agreement to terms. Evaluation factors are equally weighted technical approach/capability and price, aiming for the most advantageous offer to the Government. The Government intends to award without discussions, emphasizing best initial pricing.
    The document outlines a Request for Quotation (RFQ) for the maintenance of the 50 CES FD Westnet First-in Alerting and Dispatch System, specified under solicitation number FA255025Q0039. It is a small business set-aside with a NAICS code of 238210, and the response deadline for quotes is set for 6 August 2025. Vendors are required to submit firm-fixed price quotes alongside specific information about their business and a technical description of the items. The evaluation will focus equally on technical capability and price, aiming to award to the offer that represents the best value to the government. Notably, the government intends to make the award without discussions, emphasizing the importance of submitting the best initial offers. The document includes several attachments related to provisions, performance statements, and price schedules that provide additional context for the solicitation and requirements. Overall, this solicitation exemplifies standard procedures for government procurement, prioritizing small businesses and detailed evaluative criteria to ensure fair and reasonable contract awards.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    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.
    Base Alarm Services - Los Angles Air Force Base
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking small businesses to provide Base Alarm Services at Los Angeles Air Force Base (LAAFB). The procurement aims to establish a Firm-Fixed Price contract for maintenance and repair of the base's alarm and CCTV systems, which includes tasks such as cleaning, scheduling, and troubleshooting network issues related to the alarm systems and surveillance equipment. This service is crucial for ensuring the security and operational integrity of the base's security infrastructure. Interested parties must submit an eight-page narrative detailing their capabilities and company profile by responding to the sources sought notice, with questions due by December 15, 2025, to Lt Dorian Maynard at dorian.maynard.1@spaceforce.mil or TSgt Kenneth Sparks at kenneth.sparks.2@spaceforce.mil.
    RELAY GROUND STATION - SOUTH (RGS-S) ANTENNA
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting proposals for the Design-Build contract to construct the Relay Ground Station - South (RGS-S) Antenna at Schriever Space Force Base in Colorado. This project aims to provide essential facilities and infrastructure to support the Space Force's operations, including concrete pads, antenna foundations, utilities, and backup systems, all within a restricted area. The contract is a total small business set-aside under NAICS code 237130, with an estimated construction magnitude between $10 million and $25 million. Proposals are due by December 9, 2025, and must be submitted electronically via the PIEE system; interested parties can direct inquiries to Brian Reynolds at brian.reynolds@usace.army.mil or Monica A. McKensey at monica.a.mckensey@usace.army.mil.
    Operational Test and Training Infrastructure (OTTI) Commercial Solutions Opening (CSO)
    Buyer not available
    The United States Space Force (USSF) is issuing a Commercial Solutions Opening (CSO) for the Operational Test and Training Infrastructure (OTTI), seeking innovative solutions for space test, training, exercises, and related infrastructure. The procurement aims to acquire advanced commercial products and technologies, particularly focusing on specific Areas of Interest (AOIs) such as Continuous Fitness Assessment, Multirole Satellite Frequency In-field Test Suite, and enhancements to the National Space Test and Training Complex. This initiative is critical for enhancing the capabilities of military Guardians and ensuring effective training and operational readiness. Interested offerors must submit their proposals by the extended deadline of December 5, 2025, and can direct inquiries to Capt Megan McChrystal at megan.mcchrystal@spaceforce.mil or Crystal Price at crystal.price.6@spaceforce.mil.
    Peterson SFB Wifi Services
    Buyer not available
    The Department of Defense, through the 21st Contracting Squadron, is seeking qualified vendors to establish Blanket Purchase Agreements (BPAs) for commercial internet and WiFi services at Peterson Space Force Base in Colorado. The procurement aims to secure reliable and responsive internet services, requiring contractors to demonstrate technical capabilities in installation, maintenance, and troubleshooting, while adhering to specific operational standards and response times for outages. This initiative is critical for maintaining effective communication and operational efficiency at the base. Interested vendors must respond by August 16, 2029, and can direct inquiries to Contracting Officer Jake Hluska via email, with the relevant NAICS code being 517112 for wireless telecommunications carriers.
    Fy26 Local and Long-Distance Telecommunication Services Renewal
    Buyer not available
    The Department of Defense, specifically the U.S. Air Force's 92d Contracting Squadron, is seeking proposals for the FY26 Local and Long-Distance Telecommunication Services at Fairchild Air Force Base in Washington. The procurement aims to secure reliable telecommunication services that adhere to the specifications outlined in the attached Statement of Work, which includes requirements for service quality, outage management, and personnel qualifications. These services are critical for maintaining effective communication and operational readiness at the base. Interested small businesses must submit their quotes by December 18, 2025, with questions due by December 9, 2025, and are encouraged to contact Michael Salone or 1st Lt Nicholas P. Kortis for further information.
    USSF COMSATCOM Forecast to Industry Future Requirements Fiscal Year (FY) 2025-2026 (May 2025)
    Buyer not available
    The United States Space Force (USSF) is preparing to issue Requests for Proposals (RFP) for Commercial Satellite Communications (COMSATCOM) services for Fiscal Year 2025-2026. The anticipated procurement will focus on three primary service categories: COMSATCOM Transponded Capacity (CTC), COMSATCOM Subscription Services (CSS), and Complex Commercial SATCOM Solutions (CS3), which are essential for supporting military operations through satellite bandwidth leasing and custom solutions. The projected lifecycle values for these contracts range from under $300,000 to approximately $905 million, with specific projects including Ku Band and C Band bandwidth for range testing and high-throughput services for data applications. Interested parties should note that the timeline for anticipated RFQ releases is from June to December 2025, with awards expected in late 2025 and early 2026. For further inquiries, contact John Seacrist at john.seacrist@spaceforce.mil.
    Special Notice For Space Systems Command Strategic Services Vehicle (SSSV) Program
    Buyer not available
    The Department of Defense, specifically the United States Space Force's Space Systems Command, is issuing a special notice regarding the Strategic Services Vehicle (SSSV) Program, which includes the upcoming release of multiple Blanket Purchase Agreements (BPAs) for various advisory and assistance services. The procurement aims to provide essential support in areas such as Acquisition, Security, Financial Management, and Engineering, with a focus on engaging small businesses, particularly Service-Disabled Veteran-Owned and Woman-Owned Small Businesses. The estimated release for the Acquisition Support BPA is projected for the fourth quarter of Calendar Year 2025, with additional solicitations expected throughout 2026, and a total funding magnitude of approximately $188 million for Acquisition Support alone. Interested parties can reach out to Maria Jimenez or Capt Bryan Smith at ssc.esd.sssv-program@spaceforce.mil for further information.
    Facility Maintenance Contract IDIQ Sources Sought
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking industry capabilities for a Facility Maintenance Contract (FMC) Indefinite Delivery Indefinite Quantity (IDIQ) Support contract for the 55th Wing at Offutt Air Force Base, Nebraska. This procurement aims to gather information on comprehensive facility maintenance, repair, inspection, and operation services, which are critical for ensuring the continuous, safe, and efficient operation of infrastructure and systems at the base. The contract will encompass a wide range of services, including preventative and corrective maintenance, emergency repairs, and compliance with regulatory standards, with individual Task Orders issued to address specific needs. Interested parties should contact Casey Hupton at casey.hupton.1@us.af.mil or Nichole Barragan at nichole.barragan.2@us.af.mil for further information, as the government is evaluating responses to inform its acquisition strategy.
    Catholic Priest Services
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors to provide Catholic Priest Services at Space Base Delta 1 (SBD 1) in Colorado Springs, Colorado. The contractor will be responsible for presiding over Catholic liturgical activities, managing programs, and providing pastoral care for the Catholic community, as outlined in the Performance Work Statement (PWS). This opportunity is a total small business set-aside under NAICS code 813110, with a contract structure that includes a base year, four option years, and a six-month extension. Interested offerors must submit their quotations by January 31, 2026, and direct any inquiries to Nicole Harden at nicole.harden.1@spaceforce.mil or Samuel Souil at samuel.souil@spaceforce.mil.