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
    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
    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.
    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.
    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
    Sole Source Synopsis J&A related to Contract
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers Omaha District, intends to award a sole-source contract modification to Roadhouse-Tepa JV for additional services related to the construction of the Joint Cryptological Center at Buckley Space Force Base, Colorado. The modification will involve revising a portion of the inside plant cabling, which is critical for completing the final construction and ensuring the facility meets the training requirements of the user. This procurement is deemed necessary as only one source can fulfill the requirement without incurring substantial duplication of costs that would not be recovered through competition. Interested parties may submit a capability statement by December 31, 2025, at 2 PM CT, and should direct their inquiries to Amanda Eaton and Margarette Wolfe via email.
    Pre-notice of forth coming solicitation
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is preparing to solicit bids for the construction of a non-standard, mission-specific Guided Missile Radar Antenna Maintenance Facility at Letterkenny Army Depot, Pennsylvania. This facility, approximately 4,928 square feet, will include an anechoic chamber, administrative and support spaces, and various systems such as fire protection, intrusion detection, and sustainable design features. The project is significant for enhancing military capabilities and ensuring compliance with Department of Defense standards, with an estimated contract value between $5 million and $10 million. Interested contractors should note that the solicitation is anticipated to be released on July 21, 2025, and can contact Tonja Dreke at tonja.j.dreke@usace.army.mil or Jeffrey Johnson at jeffrey.c.johnson@usace.army.mil for further information.
    Sources Sought - Ground Based Strategic Deterrent (GBSD) Sentinel Consolidated Vehicle Maintenance Complex (CVMC) Minot AFB, ND
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is conducting market research for potential prime contractors capable of constructing the Ground Based Strategic Deterrent (GBSD) Sentinel Consolidated Vehicle Maintenance Complex (CVMC) at Minot Air Force Base, North Dakota. The project involves the design and construction of two facilities, including a Vehicle Maintenance Facility and a Vehicle Operations Facility, with a total construction magnitude estimated between $100 million and $250 million. This initiative is critical for enhancing the operational capabilities of the military and ensuring compliance with Department of Defense standards, including cybersecurity requirements. Interested contractors must demonstrate their bonding capability of at least $123 million and submit their qualifications by 2:00 PM CST on December 30, 2025, to Ariel Vogan at ariel.e.vogan@usace.army.mil, with a courtesy copy to John Solomon at john.s.solomon@usace.army.mil.
    B1654 Command Post Console Move
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking contractors for the B1654 Command Post Console Move project, which involves the relocation and reinstallation of integrated control system equipment for the 301st Command Post at a newly renovated facility. This project aims to enhance communication capabilities essential for responding to national crises and improving operational training through the Unify System, which provides a user-friendly interface for duty controllers. The requirement continues the efforts previously undertaken by MCS of Tampa, Inc., who disassembled and relocated the communication equipment, and interested parties can reach out to Todd Benner at todd.benner@us.af.mil or Jerry E. McTyre at jerry.mctyre.2@us.af.mil for further details.
    Sources Sought - Construction of the Ground Based Strategic Deterrent (GBSD) Sentinel Security Forces Operations Complex (SFOC), Minot AFB, ND
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, is conducting market research for the construction of the Ground Based Strategic Deterrent (GBSD) Sentinel Security Forces Operations Complex (SFOC) at Minot Air Force Base, ND. This opportunity is aimed at identifying potential prime construction contractors with bonding capabilities of at least $108 million to undertake a project valued between $100 million and $250 million, which includes the construction of a 132,000 square foot facility with various operational spaces and site improvements. Interested contractors must submit their qualifications and relevant project experience by 2:00 PM CST on December 30, 2025, to Ariel Vogan at ariel.e.vogan@usace.army.mil, with a courtesy copy to John Solomon at john.s.solomon@usace.army.mil, as the anticipated contract award is expected in the third or fourth quarter of fiscal year 2027.
    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.
    SENTINEL AIR EDUCATION TRAINING COMMAND FORMAL TRAINING UNIT (AETC FTU)
    Dept Of Defense
    The Department of Defense, through the Department of the Army, is soliciting proposals for the construction of the Sentinel Air Education Training Command Formal Training Unit (AETC FTU) at Vandenberg Space Force Base in California. This project involves the construction of a 16,489 square meter (177,490 square feet) training facility designed to support Sentinel training for maintenance and operations, integrating student instruction and lab curriculum to enhance collaboration and reduce transit times between venues. The estimated contract value ranges from $100 million to $250 million, with a project duration of 1,000 calendar days, and it is issued as an unrestricted full and open competition. Interested parties can contact Raj Cooper at raj.cooper@usace.army.mil or by phone at 213-452-3168 for further details.
    FTG267 R and C 80KVA UPS Replacement
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for the replacement of two 80 KVA Uninterruptable Power Systems (UPSs) with two distributed redundant 75 KVA UPSs at the Readiness and Control building on the Missile Defense Complex located at Fort Greely, Alaska. This project is critical for ensuring reliable power supply and operational readiness within the facility. The solicitation is set aside for small businesses, and interested parties must acknowledge receipt of the amendment to the original solicitation to ensure their proposals are considered. For further details, including the solicitation and amendments, interested vendors should contact Brittney Morrison at brittney.morrison@usace.army.mil or Michelle Nelsen at michelle.nelsen@usace.army.mil, with the proposal due date remaining unchanged as per the latest amendment issued on December 12, 2025.
    FTG247 Replace UPS at IDT1, Fort Greely, Alaska
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking proposals from qualified small businesses for the replacement of Uninterruptable Power Systems (UPSs) at Fort Greely, Alaska. The project involves replacing existing 80KVA UPSs with distributed redundant 75KVA UPSs, along with upgrades to UPS panelboards, Emergency Power Off systems, and the extension of Power Control and Monitoring Systems. This procurement is critical for enhancing the infrastructure at a military installation, with an estimated contract value between $1 million and $5 million and a performance period of approximately 540 calendar days starting on June 13, 2025. Interested contractors must register in the System for Award Management (SAM) and submit proposals electronically via the PIEE Solicitation Module, with the solicitation expected to be available for download around March 31, 2025.
    PATTON HALL COMMUNITY CLUB & CONFERENCE CENTER, JOINT BASE MYER-HENDERSON HALL, VA.
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE) Baltimore District, is seeking capability statements from qualified firms for the construction of the Patton Hall Community Club and Conference Center at Joint Base Myer-Henderson Hall in Fort Myer, Virginia. The project involves a Design-Build Firm-Fixed-Price (FFP) contract for a new 70,600 square foot facility, including the demolition of an existing building, with a construction budget estimated between $50 million and $100 million. This procurement is critical for enhancing community and conference capabilities at the base, and interested parties must submit their responses by 11:00 AM EST on July 18, 2025, to the designated contacts, Amber Rose and Tamara Bonomolo, via email, referencing the Sources Sought Notice number W912DR25R17WQ.