Sources Sought Announcement - Construction of Power Independence Mission Control Station Buckley Space Force Base, Colorado - Fire Alarm Panel
ID: W9128F25SM029Type: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW071 ENDIST OMAHAOMAHA, NE, 68102-4901, USA

NAICS

Power and Communication Line and Related Structures Construction (237130)

PSC

CONSTRUCTION OF ELECTRONIC AND COMMUNICATIONS FACILITIES (Y1BG)
Timeline
  1. 1
    Posted Mar 24, 2025, 12:00 AM UTC
  2. 2
    Updated Mar 24, 2025, 12:00 AM UTC
  3. 3
    Due Apr 9, 2025, 7:00 PM UTC
Description

The Department of Defense, through the U.S. Army Corps of Engineers (USACE), is conducting a sources sought announcement for the construction of a Power Independence Mission Control Station (MCS) at Buckley Space Force Base in Colorado. This procurement aims to identify potential sources for providing and installing a Radio Frequency Transceiver and Fire Alarm System, with a construction contract value anticipated between $25 million and $100 million. The project is critical for enhancing fire safety and communication systems at military installations, aligning with federal objectives for standardization and operational efficiency. Interested vendors should submit their capabilities statements to Brandon Landis at brandon.p.landis@usace.army.mil by 2:00 p.m. CDT on April 9, 2025, to be considered for this opportunity.

Point(s) of Contact
Files
Title
Posted
Mar 24, 2025, 6:06 PM UTC
The memorandum from the Air Force Civil Engineer Center (AFCEC) outlines the official approval for the selection of various manufacturers for fire alarm panels across multiple U.S. Air Force installations. Dated 19 May 2023, it specifies that up to three manufacturer brands can be chosen for installations at sites including Ascension AAF, Anderson AFB, Arnold AFB, and many others. The document lists specific fire alarm panel manufacturers associated with each installation, emphasizing a standardized approach to fire safety systems across the Air Force. This initiative is essential for ensuring consistency and reliability in fire protection measures within Air Force properties, aligning with broader federal objectives of standardization and operational efficiency. Overall, the memorandum reflects the government's commitment to maintaining high safety standards at military installations.
Mar 24, 2025, 6:06 PM UTC
The document outlines specifications for the design and implementation of an addressable interior fire alarm system at Buckley SFB, CO. Key components include the Fire Alarm Control Units (FACU) and associated devices that must comply with NFPA standards and undergo rigorous testing and approval processes. The project encompasses complete system installation, including wiring, notifications, and supervisory devices, ensuring independence from other building systems. A Qualified Fire Protection Engineer (QFPE) must oversee submissions and construction, ensuring adherence to defined regulations and safety standards. The document highlights critical aspects of system operation, including alarm functionalities, power requirements, and overall system design. Maintenance protocols, spare parts provisions, and compliance with testing requirements emphasize the importance of reliability and regulatory adherence. This comprehensive approach assures that the fire alarm system meets both operational efficacy and safety mandates vital for federal facilities.
Mar 24, 2025, 6:06 PM UTC
The Buckley Fire Reporting System (FRS) consists of 100 buildings equipped with AES Radio Frequency Transceivers that report to a 911 center via an FCC-approved frequency. The system includes Fire Alarm Control Panels (FACP) that communicate with fire suppression and mass notification systems. Building 1028 hosts the FRS and its associated SIS alarm station software for efficient fire department responses. Future plans include upgrading Building 806 to a master site in case Building 1028 becomes non-operational. For effective operation, specific components such as the AES 7788F Radio Frequency Subscriber and a digital alarm control transmitter must be installed and programmed according to set specifications. The preferred FACP is the Simplex Grinnell 4100-ES, which integrates mass notification functions. Overall, the document outlines the technical requirements and operational structure necessary for maintaining fire safety communication and alert systems at Buckley AFB, indicating a systematic approach to enhancing emergency services through advanced technology.
Similar Opportunities
Relay Ground Station – South (RGS-S) Antenna
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers (USACE) Omaha District, is seeking small businesses to participate in the construction of the Relay Ground Station – South (RGS-S) at Schriever Space Force Base in Colorado. This project involves the development of critical infrastructure, including concrete pads, antenna foundations, equipment shelters, and power systems, which are essential for the operation of legacy and next-generation Overhead Persistent Infrared (OPIR) satellites. The RGS-S will enhance ground terminal capacity for satellite operations under the Space-Based Infrared System (SBIRS) and Next Gen programs, with an anticipated project cost between $10 million and $15 million. Interested contractors must submit their capabilities statements by April 30, 2025, and a solicitation is expected to be issued in June/July 2025. For further inquiries, contact Brian Reynolds at brian.reynolds@usace.army.mil or Monica A. McKensey at monica.a.mckensey@usace.army.mil.
Notice of Intent for brand name or equal description for Monaco Fire Alarm Radio Building Transceiver (BT-XM) FY25 BLDGs 3218 and 3219
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers Seattle District (USACE), is seeking proposals for the construction of two buildings at Joint Base Lewis-McChord (JBLM) in Washington, specifically to repair barracks and convert them into Company Operations Facilities (COFs) and Headquarters (HQs). The project requires the use of Monaco BT-XM transmitters to facilitate two-way communication between the central reporting station, existing buildings, and the on-site Fire Station, ensuring effective receipt of alarm signals and future mass notification capabilities. This procurement is critical for enhancing safety and operational efficiency at the military installation. Interested parties must submit a capability statement by 2:00 PM PDT on May 1, 2025, to Russell Armstrong at russell.j.armstrong@usace.army.mil, with all submissions being considered by the agency.
Construct Fire Station Bay Storage Area, Malmstrom, MT
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers (USACE) Seattle District, is seeking contractors for the construction of a Fire Station Bay Storage Area at Malmstrom Air Force Base in Montana. The project involves building a facility of approximately 15,028 square feet, designed to store Fire Emergency Services equipment and trailers, with an option for an additional 2,448 square feet and extra trailer parking stalls. This facility is crucial for enhancing the operational readiness and safety of fire services at the base. Interested small businesses are encouraged to reach out to Cassandra Gonzalez at cassandra.p.gonzalez@usace.army.mil or call 206-316-3877 for further details, as this opportunity is set aside for total small business participation under FAR 19.5.
Construct Fire Base - Youngstown ARS, OH
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting bids for the construction of a new Base Fire Station at Youngstown Air Reserve Station in Ohio. This Design-Bid-Build project, identified as P2: 513392, encompasses the demolition of an existing structure and the construction of a 24,500 square-foot facility, which will include dorm rooms, offices, and vehicle bays, with an estimated project cost ranging from $10 million to $25 million. The initiative aims to enhance safety infrastructure at military facilities while adhering to stringent federal standards and regulations, including compliance with various building codes and safety protocols. Interested contractors must submit their proposals electronically by April 29, 2025, and are required to begin construction within 10 days of award, with project completion expected within 790 days. For further inquiries, contact Seth Dukes at seth.j.dukes@usace.army.mil or Meranda Booth at meranda.r.booth@usace.army.mil.
Design and Construction of the NC3 Acquisition Management Facility
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers New England District, is preparing to issue a Request for Proposal (RFP) for the design and construction of the NC3 Acquisition Management Facility at Hanscom Air Force Base in Massachusetts. This project involves a two-step Best Value/Trade-off (BVTO) procurement process, with a scope that includes the construction of a new Logistics Readiness Squadron Warehouse, demolition of existing buildings, and the establishment of secure and unsecure areas within the new facility, which will support sensitive compartmented information operations. The estimated cost for this project ranges from $25 million to $100 million, with the solicitation expected to be released in April 2025 and contract awards anticipated in the summer of 2026. Interested parties can direct inquiries to Heather Skorik at heather.m.skorik@usace.army.mil or by phone at 978-318-8040.
PKA - B549 Repair Multiple Fire Alarm Panels
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking contractors for the "PKA - B549 Repair Multiple Fire Alarm Panels" project at Travis Air Force Base in California. The procurement involves the design and construction services necessary to upgrade and replace outdated fire alarm control panels in Building 549, which are no longer serviceable due to parts unavailability. This initiative is crucial for maintaining safety standards in federal facilities and ensuring compliance with various safety and regulatory codes. The project has an estimated value between $500,000 and $1,000,000, with a response deadline for proposals extended to May 6, 2025. Interested parties can contact SSgt Gabriel Sanderson at gabriel.sanderson@us.af.mil or Stephen Platt at stephen.platt.2@us.af.mil for further information.
FORT MCCOY REPAIR BUILDING 100
Buyer not available
The Department of Defense, through the Mission and Installation Contracting Command at Fort McCoy, Wisconsin, is conducting market research for the renovation of Building 100. This project requires qualified contractors to provide all necessary labor, materials, facilities, and equipment, with an estimated project magnitude between $1,000,000 and $5,000,000. The government aims to set aside this procurement for small businesses, contingent upon receiving sufficient responses from qualified firms, including those in various socioeconomic categories. Interested parties must submit their responses by 09:00 AM Central Time on April 30, 2025, to Todd Dempsey at todd.a.dempsey.civ@army.mil, including specific information about their capabilities and business status.
SOURCES SOUGHT NOTICE - UNACCOMPANIED ENLISTED PERSONNEL HOUSING (UEPH) JOINT BASE MYER-HENDERSON HALL (JBMHH) VIRGINIA
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers (USACE) Baltimore District, is seeking qualified contractors for the construction of Unaccompanied Enlisted Personnel Housing (UEPH) at Joint Base Myer-Henderson Hall in Virginia. The project involves constructing standard design barracks to accommodate 200 soldiers, including essential facilities such as cybersecurity measures, fire protection systems, and energy monitoring controls, while also ensuring compliance with Department of Defense standards for antiterrorism and sustainability. This opportunity is significant for contractors experienced in large-scale construction projects, particularly in urban settings, with an estimated contract value between $100 million and $250 million. Interested parties must submit their qualifications by 11:00 AM EST on May 7, 2025, to the designated contacts, Amber Rose and Tamara Bonomolo, via email.
Rewire Power and Data- Small Arms Range
Buyer not available
The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE) Seattle District, is conducting market research to identify vendors for a project titled "Rewire Power and Data - Small Arms Range." This project involves construction activities aimed at repairing existing power and communications cables at a small arms range, which will include modifications to target emplacements and the installation of new power outlets and a data panel for future systems. The estimated contract value ranges from $1.5 million to $3 million, with a performance period of 365 days from the issuance of the Notice to Proceed. Interested parties must submit their capabilities statements and organizational details by 4 PM (PDT) on May 9, 2025, to the primary contact, Alfonso Nolasco, at alfonso.nolasco@usace.army.mil.
Peterson SFB Next Generation Gateway (NGG) Power Upgrade
Buyer not available
The Department of Defense, through the Department of the Air Force, is conducting market research for a potential Next Generation Gateway (NGG) Power Upgrade at Peterson Space Force Base in Colorado Springs, Colorado. The objective is to gather information from interested vendors regarding the installation of essential power infrastructure upgrades, including new busway tap boxes, circuit breakers, and power distribution units (PDUs) to support the Department's Zero Trust Security Suites. This upgrade is critical for ensuring operational readiness and compliance with future security standards within military infrastructure. Interested parties should respond to the Sources Sought announcement by April 30, 2025, providing details on capabilities, delivery times, and relevant certifications, and may contact William R. Dabbs at william.dabbs.1@spaceforce.mil or 719-556-6597 for further inquiries.