ContractCombined Synopsis/Solicitation

Computer Aided Dispatch (CAD) System

DEPT OF DEFENSE FA860125R0032
Response Deadline
Sep 3, 2025
Deadline passed
Days Remaining
0
Closed
Set-Aside
No Set aside used
Notice Type
Combined Synopsis/Solicitation

Contract Opportunity Analysis

The Department of Defense, specifically the Department of the Air Force, is seeking proposals for a Computer Aided Dispatch (CAD) System to be implemented at Wright-Patterson Air Force Base in Ohio. The procurement aims to acquire a comprehensive, turn-key CAD solution that includes software, hardware, implementation, and five years of maintenance and support, with a focus on modern integration for emergency call management and mobile data services. This system is crucial for enhancing emergency response capabilities and must support multiple dispatch positions, integrate with existing systems, and ensure robust cybersecurity measures. Interested vendors must submit their proposals electronically by 12:00 PM Eastern on September 3, 2025, with a total estimated contract value of $34 million. For further inquiries, contact Amanda Cafarella at amanda.cafarella@us.af.mil or David Suttling at David.Suttling.1@us.af.mil.

Classification Codes

NAICS Code
541512
Computer Systems Design Services
PSC Code
5830
INTERCOMMUNICATION AND PUBLIC ADDRESS SYSTEMS, EXCEPT AIRBORNE

Solicitation Documents

6 Files
Solicitation - FA860125R0032.pdf
PDF2198 KBSep 2, 2025
AI Summary
The document is a federal government Request for Proposal (RFP) for a Computer-Aided Dispatch (CAD) system, including hardware, software, implementation, training, and maintenance. The solicitation, FA860125R0032, issued by FA8601 AFLCMC PZIO, has an offer due date of August 26, 2025, and a total estimated award amount of USD 34,000,000.00. The acquisition is set aside for Women-Owned Small Businesses (WOSB) and Economically Disadvantaged Women-Owned Small Businesses (EDWOSB). Key aspects include the requirement for a modern, integrated CAD system for emergency call management, detailed inspection and acceptance criteria, and specific delivery and performance periods extending through September 2030. The document also outlines comprehensive contract clauses, including those related to payment instructions via Wide Area WorkFlow (WAWF) and unique item identification and valuation (IUID) for delivered items.
Attachment 2 - Instruction to Offerors CAD 12Aug25.pdf
PDF221 KBSep 2, 2025
AI Summary
This document, "Additional Instructions to Offerors" for Solicitation FA8601-25-R-0032, outlines critical guidelines for submitting proposals for federal government RFPs. It tailors FAR 52.212-1, requiring clear, concise offers without embellishments and extending the offer validity period to 90 days. Key contacts for correspondence are provided, emphasizing specific email subject lines and allowable attachment types. Offers must be submitted in two separate electronic volumes (Technical and Price & Offer Documentation) with strict page limits and formatting. The technical proposal must demonstrate capability beyond SOW reiteration, while the price volume requires specific company identifiers, signed amendments, and financial documentation for the Defense Contract Management Agency's review. This includes detailed financial statements, sales backlogs, forecasts, cash flow schedules, bank statements, accounts payable/receivable reports, lines of credit information, and disclosures on legal issues. The document stresses that award is contingent on fund availability, and the government reserves the right to cancel the solicitation.
Attachment 1 - CAD Statement of Work .pdf
PDF134 KBSep 2, 2025
AI Summary
The Wright Patterson Air Force Base Fire Department seeks a comprehensive, turn-key Computer-Aided Dispatch (CAD) and Mobile Data System solution. This Request for Proposal (RFP) outlines requirements for CAD software, hardware, mobile software, implementation, and five years of maintenance and support. The system must support three concurrent dispatch positions and one supervisor position, with expandability. Key features include EMD QA/QI integration, Windows 11 compatibility, and mobile software for iOS/Android devices with incident notification and mapping. The CAD system must integrate with existing third-party systems like VESTA E911 and APCO Intelli COMM. The vendor is responsible for installation, testing, and custom training for all users, providing materials and ongoing updates. Support must be 24/7, with remote access capabilities. The vendor needs at least five years of experience in similar emergency communication systems, preferably with DoD agencies. The Air Force Base will provide server infrastructure, power, cooling, and network cabling. The system must include robust security, audit trails, customizable features, advanced search capabilities, and comprehensive mapping integrated with ESRI ArcView and Google Maps. Reporting functions, including predefined, custom, and ad-hoc reports, are also required, with export and scheduling capabilities. The mobile data service should offer real-time incident data, unit status reporting, and photo capture.
CAD_Questions_Answers20Aug25.pdf
PDF137 KBSep 2, 2025
AI Summary
The document addresses questions and responses regarding a Request for Proposal (RFP) for a CAD (Computer-Aided Dispatch) system at Wright-Patterson Air Force Base. Key points include the acceptability of an "always on" direct connection if the offeror provides the network, the requirement for electronic copies of proposals (technical and price volumes), and clarification on pricing exhibit formats. The government granted an extension for proposal submission to September 3, 2025. The base prefers on-premise or hybrid-cloud solutions for the CAD system, which will operate on a stand-alone network. Vendors must provide Microsoft operating systems and SQL server licenses. The system needs to support approximately 30 iOS/Android mobile devices. Cybersecurity sustainment services are required for five years. There are no current mobile laptops or plans for law enforcement personnel to use the system. The desired implementation timeline is 6-8 months, and the government confirms no existing CAD system is in use.
Solicitation Amendment FA860125R00320001 SF 30.pdf
PDF1337 KBSep 2, 2025
AI Summary
This government file is an amendment to a solicitation (FA860125R0032) issued by AFLCMC PZIO, United States. The primary purpose of this Amendment (0001), effective August 18, 2025, is to extend the proposal due date. The original response due date of August 26, 2025, has been extended to September 03, 2025. This document outlines the procedures for offerors to acknowledge receipt of the amendment, either by completing specific items on the form, acknowledging it on their offer copies, or sending a separate communication. Failure to acknowledge the amendment by the specified date and time may result in the rejection of an offer. It also clarifies that all other terms and conditions of the original solicitation remain unchanged. The amendment details are provided on a Standard Form 30 (SF 30), which is used for Amendments of Solicitations and Modifications of Contracts.
CAD_Questions_Answers2Sep25.xlsx
Excel68 KBSep 2, 2025
AI Summary
No AI summary available for this file.

Related Contract Opportunities

Project Timeline

postedOriginal Solicitation PostedAug 12, 2025
amendedAmendment #1· Description UpdatedAug 18, 2025
amendedAmendment #2· Description UpdatedAug 20, 2025
amendedLatest Amendment· Description UpdatedSep 2, 2025
deadlineResponse DeadlineSep 3, 2025
expiryArchive DateSep 18, 2025

Agency Information

Department
DEPT OF DEFENSE
Sub-Tier
DEPT OF THE AIR FORCE
Office
FA8601 AFLCMC PZIO

Point of Contact

Name
Amanda Cafarella

Place of Performance

Wright Patterson AFB, Ohio, UNITED STATES

Official Sources