Computer Aided Dispatch (CAD) System
ID: FA860125R0032Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA8601 AFLCMC PZIOWRIGHT PATTERSON AFB, OH, 45433-5344, USA

NAICS

Computer Systems Design Services (541512)

PSC

INTERCOMMUNICATION AND PUBLIC ADDRESS SYSTEMS, EXCEPT AIRBORNE (5830)

Set Aside

No Set aside used (NONE)
Timeline
    Description

    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.

    Point(s) of Contact
    Files
    Title
    Posted
    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.
    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.
    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.
    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.
    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.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Implementation of Advanced Government Simulation Capabilities (IAGSC)
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking industry participation for the Implementation of Advanced Government Simulation Capabilities (IAGSC) through a Sources Sought notice. This initiative aims to acquire non-personal services for software development, modeling and simulation integration, advanced research and development, cybersecurity measures, and lifecycle software testing, all critical for enhancing the capabilities of various DoD systems. The anticipated contract will be a Multiple Award Indefinite Delivery, Indefinite Quantity (IDIQ) with a ceiling of approximately $750 million, and it is expected to span a five-year ordering period with an additional five-year option. Interested parties must submit their responses, including a capabilities white paper and feedback on the draft Performance Work Statement, by March 28, 2025, and are encouraged to participate in an Industry Day scheduled for April 15, 2025, at Wright-Patterson Air Force Base, Ohio. For further inquiries, contact Carmen Mertz at carmen.mertz@us.af.mil or Austin Hurst at austin.hurst.2@us.af.mil.
    SSC/SZQ AutoCAD Mandatory Source ESI 1 ur License Renewal
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking to renew a mandatory source license for AutoCAD software, identified by DLT Part No: 9701-1004935 and MGF Part No: C1RK1-00N755-L640. This procurement is essential for maintaining operational capabilities within the Air Force, as AutoCAD is a critical tool for design and engineering tasks. The place of performance for this contract will be in Colorado Springs, CO, and interested vendors can reach out to Heather Baldwin at heather.baldwin.4@spaceforce.mil or by phone at 440-990-5730 for further details. The opportunity is categorized under IT and Telecom - Business Application Software, with a PSC code of 7A21.
    AMDOTS Warranty Justification and Approval
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking justification and approval for the AMDOTS warranty. This procurement is categorized under IT and Telecom platform products, focusing on database, mainframe, and middleware solutions. The goods and services involved are crucial for maintaining operational efficiency and reliability within the Air Force's IT infrastructure. Interested parties can reach out to SSgt Joshua Connelly at joshua.connelly.1@us.af.mil or by phone at 402-294-2883 for further details regarding this opportunity.
    FY23 AFCENT Sentinel Secure Chat Solution
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for the FY23 AFCENT Sentinel Secure Chat Solution. This procurement aims to acquire a secure chat solution that falls under the category of IT and telecom business application software, which is critical for enhancing communication security within military operations. The selected contractor will be responsible for providing a perpetual license software solution that meets the stringent requirements of the Air Force. Interested parties can reach out to Christina Crawley at christina.crawley.3@us.af.mil or Michael Adams at michael.adams.106@us.af.mil for further information regarding this opportunity.
    Critical Services and Maintenance Support
    Buyer not available
    The Department of Defense, specifically the 42d Contracting Squadron at Maxwell Air Force Base in Alabama, is seeking industry partners to provide Critical Services and Maintenance Support for the Next Generation (NG) 9-1-1 System. This procurement aims to gather information on available products and capabilities related to emergency services, including IP Core Router Architecture, disaster recovery, service management, and Text to 911 services. The contract is projected to span a base year from October 2025 to September 2026, with a total funding amount of $587,245.39, and includes four additional option years. Interested parties must submit their responses via email by 12:00 P.M. Central Standard Time on December 8, 2025, to the designated contacts, Jordan Johnson and Malik Bacon.
    VTI Instruments DAQ Card
    Buyer not available
    The Department of Defense, through the Department of the Air Force, is seeking proposals from qualified Women-Owned Small Businesses (WOSBs) to supply a VTI Instruments DAQ Card, specifically part number 70-0071-002, which includes a VM9000 carrier and three VM3618 DAC modules. This procurement is critical for military operations, as it involves specialized data acquisition equipment necessary for effective maintenance and operational capabilities at Tinker Air Force Base in Oklahoma. Interested vendors must submit their offers by December 9, 2025, with a delivery deadline set for May 15, 2026, and are encouraged to reach out to primary contact Sondra Groth at Sondra.Groth@us.af.mil or secondary contact Sheridan Robison at sheridan.robison@us.af.mil for further information.
    E-4B National and Nuclear Communication Support (N2CS) Services
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the E-4B National and Nuclear Communication Support (N2CS) Services, aimed at procuring sustainment and modernization services for mission communications systems aboard E-4B aircraft. The contract will encompass a range of services including engineering, program management, cybersecurity support, and facilities management, which are critical for maintaining the aircraft's role as a command and control communications center during national emergencies. The total estimated contract ceiling is $984 million, with a ten-year ordering period and a minimum order amount of $500,000, and interested parties must submit an approved DD 2345 form to access the draft RFP documents. For further inquiries, Amanda Jones and Lisa Murrell can be contacted via email or phone.
    Mission Video Distribution System (MVDS) Services
    Buyer not available
    The Department of Defense, specifically the Air Combat Command (ACC), is seeking industry sources for the Mission Video Distribution System (MVDS) Services, with a focus on providing engineering and technical support for the HQ 9th Air Force (Air Forces Central). The procurement aims to ensure the availability and operational support of the MVDS, which is critical for military operations within the United States Central Command (USCENTCOM) Area of Responsibility, including on-site support at Shaw Air Force Base in South Carolina and Al Udeid Air Base in Qatar. Interested parties must demonstrate their capability to meet the requirements, including software development, system engineering, and compliance with security standards, while adhering to government regulations. Responses are due by January 6, 2026, at 2:00 PM EST, and inquiries should be directed to Scott D. Bedford or Nicholas Bachman via email.
    IDS C2 Basic Support Plan
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking to procure the IDS C2 Basic Support Plan software through a sole source order. This procurement is aimed at acquiring essential IT management tools and products, which are critical for the effective operation and management of defense-related IT systems. The awarded contract will be executed in Ohio, with further details available in the attached redacted Justification and Approval (J&A) document. Interested parties can reach out to Travis Hoefler at travis.hoefler@us.af.mil or Richard T. Saltsman at richard.saltsman@us.af.mil for additional information regarding this opportunity.
    Crossmatch Booking station
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for the procurement of a Crossmatch Booking Station, as outlined in their Justification notice. This procurement involves the installation of equipment related to office supplies and devices, which is crucial for enhancing operational efficiency within the Air Force. Interested vendors can find additional details in the attached documentation and are encouraged to reach out to Brittney Devallon at brittney.devallon@us.af.mil for further inquiries. The place of performance for this contract will be within the USA.