Monaco Fire Alarm Radio Frequency Survey
ID: F1V3M15253A001Type: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA4690 28 CONS PKCELLSWORTH AFB, SD, 57706-4947, USA

NAICS

Security Systems Services (except Locksmiths) (561621)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS (J063)

Set Aside

No Set aside used (NONE)
Timeline
    Description

    The Department of Defense, specifically the Department of the Air Force, is seeking sources for a survey and analysis of radio frequency interference affecting the D-21 Fire Alarm Receiving Systems at Ellsworth Air Force Base (AFB) in South Dakota. The objective is to investigate and resolve RF interference issues, which are critical for the functionality of the fire alarm communication system, and to provide a comprehensive report detailing findings, identified interference sources, and recommended corrective actions within 45 calendar days of contract award. Interested parties are invited to submit a capabilities package by 1:00 PM MST on January 8, 2026, to SrA Noah Wilmore at noah.wilmore@us.af.mil, as this sources sought notice is intended for market analysis and does not constitute a procurement commitment. No award will be made from this notice, and responses are strictly voluntary.

    Point(s) of Contact
    Files
    Title
    Posted
    This Performance Work Statement (PWS) outlines the requirements for Monaco Inc. to investigate and resolve radio frequency (RF) interference affecting the mission-critical fire alarm communication system at Ellsworth Air Force Base (AFB). The contractor must complete the investigation and provide deliverables within 45 calendar days of the award. The scope includes RF measurements, antenna analysis, and system diagnostics across the base, culminating in a comprehensive report detailing findings, identified interference sources, and recommended corrective actions. Key performance requirements involve signal strength measurements, antenna performance analysis, and RFM location analysis. The government will provide facility access and coordination. The document also specifies general information such as working hours, holiday schedules, base closure procedures, cleanup requirements, base access protocols, security, gate procedures, prohibitions, and pandemic response policies.
    Lifecycle
    Title
    Type
    Sources Sought
    Similar Opportunities
    Sources Sought for Large A&E Services, Ellsworth AFB, SD
    Dept Of Defense
    The Department of Defense, through the 28th Contracting Squadron at Ellsworth Air Force Base in South Dakota, is conducting a sources sought announcement to identify qualified architect-engineer firms for large A&E services. The procurement aims to gather market research to determine the availability of responsible sources for professional services, including Title I and Title II services, comprehensive planning, and various engineering disciplines, with a focus on projects involving maintenance, repair, and renovation of existing facilities. Interested firms are encouraged to submit their capability statements, detailing their qualifications and experience, by 5:00 PM (MST) on January 21, 2026, to assist in shaping the acquisition strategy. The anticipated contract ceiling is $2,500,000, with a performance period of one base year and four optional years. For inquiries, contact Noah F. Wilmore at noah.wilmore@us.af.mil or Jason Wright at jason.wright.30@us.af.mil.
    RF Site Survey / Deadzone Analysis
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for an RF Site Survey and Deadzone Analysis at Al Udeid Air Base in Qatar. The project requires contractors to conduct two independent RF drive tests, employing two engineers over a five-day period, and to deliver a comprehensive final report detailing the findings. This analysis is critical for identifying and mitigating radio frequency dead zones that may affect communication capabilities on the base. Proposals must be submitted electronically to SrA Pedro Herrera by January 16, 2026, at 10:00 AM local time, and must include a cover sheet, conceptual drawings, and be valid for 60 calendar days. Interested parties must also be registered with SAM.gov and adhere to all specified regulations and requirements outlined in the attached documents.
    REQUEST FOR INFORMATION (RFI) AN/ALR-69A Radar Warning Receiver (RWR) Countermeasure Signal Processor (CSP) Radar Receiver (RR) Engineering Services
    Dept Of Defense
    The Department of Defense, specifically the U.S. Air Force, is seeking qualified contractors to provide engineering services for the AN/ALR-69A Radar Warning Receiver (RWR) system, which includes the Countermeasure Signal Processor (CSP) and Radar Receivers (RRs). The procurement aims to enhance the capabilities of the RWR, which is vital for aircraft survivability in complex threat environments, by offering support in areas such as software maintenance, operational flight program support, and hardware conditioning. This five-year contract, currently sole-sourced to Raytheon Company, encourages responses from both large and small businesses, particularly those with experience in classified material handling and technical data generation. Interested parties must submit their capabilities and business information by January 17, 2026, to the primary contact, Desura Gates, at desura.gates.1@us.af.mil, or the secondary contact, Porscha Hicks, at porscha.hicks@us.af.mil.
    RFI - Enhanced Data Rate (SEDR) Waveform onto Operational Radios
    Dept Of Defense
    The Department of Defense, specifically the Air Force Life Cycle Management Center (AFLCMC), is seeking qualified vendors to port the Enhanced Data Rate (SEDR) waveform onto operational software-defined radios. This Request for Information (RFI) aims to identify vendors with the necessary expertise to implement the SEDR waveform, which includes obtaining required certifications such as NSA Type-1 for COMSEC and ensuring airworthiness and security compliance. The successful integration of this technology is crucial for enhancing communication capabilities within military operations. Interested parties must submit a Statement of Interest by December 19, 2025, detailing their qualifications and technical experience, while questions regarding the RFI are due by November 21, 2025. For further inquiries, vendors can contact Aidan Nugent at aidan.nugent@us.af.mil or Alexandra Hutchinson at Alexandra.Hutchinson.1@us.af.mil.
    Request for Interested Manufacturers: Radio Frequency Amplifier, AN/ALQ-172 Redesigned Line Replaceable Unit (LRU)-4 Countermeasures Transmitter, Redesigned LRU-8 Phased Array Antenna
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Warner Robins, Georgia, is conducting market research to identify manufacturers capable of producing the Radio Frequency Amplifier, AN/ALQ-172 Redesigned Line Replaceable Unit (LRU)-4 Countermeasures Transmitter, and Redesigned LRU-8 Phased Array Antenna. These components are critical for enhancing the operational capabilities of the ALQ-161 Electronic Warfare System, which is designed to detect and respond to enemy threats by amplifying RF signals and providing electronic protection for aircraft. The DLA intends to award a sole source contract to L3Harris Technologies, Inc. due to their unique expertise and ownership of necessary technical data, with interested parties encouraged to express their capabilities by February 2, 2026, via email to Todd Stimus or Charles Duckworth. This opportunity is not a request for proposals, and no funds are available for response preparation.
    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.
    Sources Sought: For Ionospheric Ground Sensors (IGS) Sustaining and Engineering Support Request for Information (RFI)
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking information from commercial entities capable of providing sustaining and engineering support for the Ionospheric Ground Sensors (IGS) program. This procurement aims to identify companies that can deliver maintenance, specialized engineering support, installation, and sustainment for the Next Generation Ionosonde (NEXION) and Ionospheric Scintillation Total Electron Content (TEC) Observer (ISTO) systems, which are critical for characterizing the space weather environment and supporting various defense operations. The selected contractors will be responsible for tasks such as site surveys, spectrum analysis, cybersecurity compliance, and system troubleshooting, with a focus on ensuring the operational readiness of IGS installations globally. Interested parties are encouraged to respond by January 12, 2026, and should direct inquiries to Chaz Wisuri at chaz.wisuri@spaceforce.mil or Ryan Hart at ryan.hart.23@spaceforce.mil.
    Combined Request for Information and Synopsis (26-R-0265)
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Ogden, UT, is conducting a Sources Sought notice for the procurement of a transmitter subassembly, specifically NSN 5840-01-617-0146, with an estimated quantity of three units. The primary objectives of this notice are to gather market research on potential sources capable of fulfilling the agency's requirements and to enhance small business access to acquisition information, thereby fostering competition. This procurement is critical for the agency's operational capabilities, as the transmitter subassembly plays a vital role in radar equipment systems. Interested parties are encouraged to submit capability statements or proposals to Johnny Wakefield at 385-591-3547 or via email at johnny.wakefield.2@us.af.mil within 15 days of this notice, as the estimated delivery schedule is 14 months after order receipt.
    Sources Sought for Fire Extinguisher Inspection, Maintenance, and Testing Services at Vance Air Force Base, OK
    Dept Of Defense
    The Department of Defense, through the 71st Contracting Flight at Vance Air Force Base, is conducting a Sources Sought notice to identify qualified businesses for fire extinguisher inspection, maintenance, repair, testing, and certification services. The anticipated procurement aims to establish a Blanket Purchase Agreement (BPA) for these non-personal services, which must comply with National Fire Protection Association (NFPA), Occupational Safety and Health Administration (OSHA), and Department of Defense (DoD) standards. This opportunity is particularly important for ensuring the safety and compliance of fire suppression systems at the installation. Interested parties are invited to submit capabilities statements by 4:00 PM CST on January 10, 2026, to Riyadh Saud at riyadh.saud@us.af.mil, with the subject line “Sources Sought Response: Fire Extinguisher Services at Vance AFB.” The government will not reimburse any costs incurred in response to this notice.
    NSN5996-01-582-7251OK_AmplifierElectric_J85_PNAY33112489-1CDF_FD2030-26-00746
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency, is conducting market research to identify potential sources for the manufacture of an electronic amplifier (NSN: 5996-01-582-7251OK, P/N: AY33112489-1CDF) at DLA Aviation in Oklahoma City, OK. This Sources Sought Synopsis aims to determine whether the requirement can be fulfilled competitively or set aside for small businesses, with interested sources expected to provide all necessary labor, materials, and equipment for manufacturing, inspection, testing, and shipping. The amplifier is intended for new spares procurement, with no repair requirements involved, highlighting its significance in supporting defense operations. Interested parties must submit a Source Approval Request (SAR) package and relevant business information by January 12, 2026, and can reach out to the primary contact, 421SCMSRequirements, at 421SCMS.Requirements@us.af.mil or Jennifer Mayes at jennifer.mayes@us.af.mil for further inquiries.