Combo Fire/CO Detectors
ID: FA465925QZ031Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA4659 319 CONS PKGRAND FORKS AFB, ND, 58205, USA

NAICS

Other Communications Equipment Manufacturing (334290)

PSC

MISCELLANEOUS ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS (6350)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Defense, specifically the Department of the Air Force, is seeking a contractor to provide and program 80 Combo Fire/CO Detectors for the 319th Civil Engineering Squadron at Grand Forks Air Force Base, North Dakota. The required detectors are the FCO-951 Series Advanced Multi-Criteria Fire/CO Detectors, which must include System Sensor Firmware for compatibility with the existing Notifier fire panel and be delivered within 90 days of contract award. This procurement is crucial for enhancing safety measures at the base, ensuring effective fire and carbon monoxide detection. Interested vendors must submit their quotes by August 26, 2025, and direct any inquiries to SSgt Luis Lopez-Rosales at luis.lopez-rosales@us.af.mil or TSgt James Meyers at james_allan_potter.meyers@us.af.mil.

    Files
    Title
    Posted
    The Department of the Air Force's 319th Contracting Squadron at Grand Forks Air Force Base issued Amendment 1 to solicitation FA465925QZ031 for Combo Fire/CO Detectors. The amendment's sole purpose is to extend the due date for questions from August 11, 2025, to August 18, 2025. Interested vendors with inquiries are directed to contact TSgt James A. Meyers, the Contracting Officer, via phone at 701-747-5935 or email at james_allan_potter.meyers@us.af.mil. This amendment ensures vendors have additional time to submit questions regarding the solicitation.
    This government file, FA465925QZ031, outlines various clauses incorporated into federal contracts, focusing on compliance, ethics, and operational requirements. Key sections address prohibitions related to former DoD officials, whistleblower rights, and restrictions on acquiring defense telecommunications equipment and services from prohibited sources, particularly concerning the Xinjiang Uyghur Autonomous Region and the Maduro Regime. It details stringent requirements for item unique identification and valuation (IUID), mandating unique identifiers for delivered items based on cost, type, and traceability needs, with specific instructions for data marking, syntax, and reporting through systems like Wide Area WorkFlow (WAWF). The document also covers offeror representations and certifications, including small business designations, Buy American Act compliance, trade agreements, and certifications regarding child labor, restricted business operations in Sudan, and inverted domestic corporations. These clauses collectively ensure transparency, supply chain security, and adherence to federal regulations and ethical standards in government procurement.
    The 319th Reconnaissance Wing, USAF, is seeking a contractor to provide and program 80 Notifier FCO-951 Series Advanced Multi-Criteria Fire/CO Detectors for the 319th Civil Engineering Squadron at Grand Forks AFB, ND. The detectors must have System Sensor Firmware for compatibility with the existing Notifier fire panel and be manufactured within seven days of delivery. The contractor is responsible for delivering the detectors, providing tracking information, and traveling to the site to program them within 24 hours of installation by the customer. An operational test of the units is required after programming. The project must be completed within 90 days of the award date. Edward Pilak is the customer representative.
    The 319th Civil Engineer Squadron (CES) at Grand Forks AFB, ND, requires Combo Fire/CO Detectors, specifically the FCO-951 Series Advanced Multi-Criteria Fire/CO Detector or an equivalent, to ensure compatibility with their existing Notifier fire panel. These detectors must meet several key features, including the ability to detect all four major elements of a fire, provide a separate CO detection signal, offer high nuisance alarm immunity, and feature automatic drift compensation. They must also be UL and CAN/ULC listed and have a 10-year CO cell with an end-of-life warning. The specifications detail operating humidity and temperature ranges, air velocity, and voltage and current requirements. The contractor is required to notify the 319 CES if providing an equivalent product.
    The document FA465925QZ031 outlines various clauses incorporated by reference for federal contracts related to the Department of Defense (DoD). These clauses encompass regulations regarding former DoD officials' compensation, whistleblower protections, telecommunications equipment procurement restrictions, and item unique identification standards. Key provisions include the Federal Acquisition Supply Chain Security Act with directives on compliance and disclosure of provided materials, as well as prohibitions against business dealings with certain regimes. Additionally, there are requirements for electronic payment submissions and updates regarding contractor representations and certifications, especially concerning small and disadvantaged business statuses. The overall aim is to ensure compliance with federal guidelines, facilitate secure contract management, and maintain accountability across contracting entities. This document serves as guidance for potential offerors in federal RFPs and grant applications, emphasizing the importance of regulatory compliance and ethics in government contracting.
    The 319 CES requires the procurement of Combo Fire/CO Detectors for delivery to Grand Forks AFB, ND, under a federal RFP dated July 9, 2025. The primary focus is on the FCO-951 Series Advanced Multi-Criteria Fire/CO Detector, which must be compatible with the Notifier fire panel or an equivalent. These detectors must effectively identify all four key fire elements, provide separate signals for CO alarms, and feature high immunity to nuisance alarms. Key specifications include an operating humidity range of 15% to 90% non-condensing, a temperature range of 32°F to 100°F, and operational voltage between 15 to 32 VDC. The devices have a 10-year CO cell with an end-of-life warning and use minimal address space on the system communication loop. This RFP highlights the importance of safety and compliance with various industry standards, including UL certifications, emphasizing the need for advanced fire and carbon monoxide detection systems to ensure occupant safety at the Air Force Base. Suppliers are encouraged to propose equivalent products and must detail them if not supplying the specified model.
    The 319 Civil Engineering Squadron (CES) requires the procurement of Combo Fire/CO Detectors for delivery to Grand Forks Air Force Base, North Dakota, by July 9, 2025. The specified models must be FCO-951 Series Advanced Multi-Criteria Fire/CO Detectors or an equivalent product, compatible with the existing Notifier fire panel. Key features of the detectors include the ability to identify four fire elements, separate CO detection signals, high nuisance alarm immunity, and automatic drift compensation. Additional requirements include compliance with various UL standards and a distinct audible alarm for fire or CO events when used in conjunction with designated bases. Technical specifications encompass a humidity range of 15% to 90%, operational temperature limits of 32°F to 100°F, and specific electrical parameters regarding voltage and current. Interested suppliers must confirm if they provide an equivalent product, detailing its specifications. This RFP underscores the government's commitment to enhancing safety measures through the integration of advanced technology in fire and carbon monoxide detection systems.
    The document "Single Source Justification (Simplified Acquisition)" is a two-page form or template dated April 2021, relevant for federal government RFPs, federal grants, and state and local RFPs. Its purpose is to provide justification for acquiring goods or services from a single source under simplified acquisition procedures. The repetitive "Security Marking (select from the drop-down list)" indicates the document is a template requiring security classification to be selected by the user. It is a foundational administrative document for procurement processes where competitive bidding is waived due to specific circumstances, ensuring transparency and compliance in government contracting.
    The document outlines a Single Source Justification for a Simplified Acquisition, indicating a federal procurement process. It aims to justify the choice of a single vendor for a particular good or service, which typically occurs when there are unique circumstances or specialized qualifications needed that only one supplier can fulfill. This justification process is necessary to comply with federal regulations and ensure transparency and accountability in government spending. The document likely details the reasons for selecting the sole source provider and may include supporting information about the vendor’s capabilities or specific qualifications that make them uniquely suited for the acquisition. By establishing this justification, the government intends to streamline procurement while adhering to legal requirements concerning competitive bidding. This approach is critical in federal, state, and local RFP processes to safeguard taxpayer interests and maintain operational integrity.
    The Department of the Air Force, 319th Contracting Squadron, is issuing a combined synopsis/solicitation (RFQ FA465925QZ031) for Combo Fire/CO Detectors for Grand Forks Air Force Base. This is a total small business set-aside under NAICS code 334290. Quotes are requested for 80 FCO-951 Series Advanced Multi-Criteria Fire/CO Detectors and delivery. Quotes are due by August 18, 2025, and must be valid through October 1, 2025. Offerors must be actively registered with the System for Award Management (SAM) and Wide Area Workflow (WAWF) for invoicing. Evaluation will be based on Total Evaluated Price and Technical Acceptability (pass/fail).
    This document is Amendment 2 to Request for Quote (RFQ) number FA465925QZ031 for Combo Fire/CO Detectors, issued by the Department of the Air Force, 319th Contracting Squadron, Grand Forks Air Force Base. The purpose of this amendment is to update requirement needs and revise key dates. Changes include adding CLIN 0003 for Programming, changing references from "Salient Characteristics" to "Statement of Work" in the quote schedule and evaluation factors, and replacing Attachment 2 with a "Statement of Work." The deadline for questions is now August 18, 2025, and quotes are due by August 26, 2025. This solicitation is a total small business set-aside with NAICS code 334290 and a size standard of 800 employees. Offerors must be actively registered with the System for Award Management (SAM) and Wide Area Workflow (WAWF) for invoicing. Quotes will be evaluated based on total evaluated price and technical acceptability, with award going to the offer representing the best value to the Air Force.
    The Department of the Air Force, 319th Contracting Squadron, is issuing a combined synopsis/solicitation (RFQ FA465925QZ031) for Combo Fire/CO Detectors for Grand Forks Air Force Base, ND. This is a total small business set-aside under NAICS code 334290 (800-employee size standard). The solicitation requests quotes for 80 FCO-951 Series Advanced Multi-Criteria Fire/CO Detectors with System Sensor Firmware and delivery, with quotes valid through October 1, 2025. Offerors must be actively registered with the System for Award Management (SAM) and Wide Area Workflow (WAWF) for invoicing. Quotes are due by August 11, 2025, 10 AM CDT, via email. Evaluation will be based on Total Evaluated Price and Technical Acceptability (pass/fail).
    The Department of the Air Force's 319th Contracting Squadron is issuing a combined synopsis/solicitation for the procurement of Advanced Multi-Criteria Fire/CO Detectors, as outlined in RFQ FA465925QZ031. This solicitation is specifically set aside for small businesses under NAICS code 334290, with a maximum employee size of 800. The total requirement includes 80 units of a specified fire and CO detector model and one delivery service, with delivery expected within 90 days post-award. Interested vendors must submit their quotes by August 11, 2025, ensuring validity through October 1, 2025, and should be actively registered in the System for Award Management (SAM) and Wide Area Workflow (WAWF). Evaluation criteria will focus on price reasonableness and technical acceptability against outlined Salient Characteristics, with award granted to the best-value offer based on these factors. The document emphasizes compliance with various FAR clauses and specifies that all associated costs must be included in the quotes. Overall, this solicitation reflects the Air Force's procurement process aimed at enhancing safety through updated fire and CO detection systems.
    The United States Air Force, 319 CONS, is conducting a Sources Sought Synopsis for capabilities packages from potential sources, specifically small businesses, to provide a Combo Fire/CO Detector as outlined in the Salient Characteristics document attached to this notice. Interested firms must demonstrate their ability to meet the specifications provided, indicating their socio-economic status (SB, 8(a), HUBZone, SDVO) and size in relation to the NAICS code 334290 (Other Communication Equipment Manufacturing) with a size standard of 800 employees. Responses require registration in the System for Award Management (SAM) for any awarded contracts. This notice does not constitute a solicitation, and no binding contract will be formed from this notice alone; the determination to solicit will remain at the government's discretion. Submissions must be concise and clearly demonstrate compliance with the requirements, sent via email by July 14, 2025. All queries should be directed to the listed points of contact. This notice plays a critical role in assessing whether future solicitations will follow a full competitive process or a small business set-aside.
    Lifecycle
    Title
    Type
    Combo Fire/CO Detectors
    Currently viewing
    Combined Synopsis/Solicitation
    Similar Opportunities
    Notifiers
    Buyer not available
    The U.S. Department of State (DOS), specifically the Bureau of Overseas Buildings Operations (OBO), is seeking services to procure Notifier brand fire alarm equipment for its overseas posts. The primary objective of this procurement is to maintain, repair, and support fire protection systems, ensuring compliance with fire and life safety codes, Department policy, and Federal laws. These fire alarm systems are critical for ensuring safety at U.S. facilities abroad and are installed by contractors in both new and existing constructions. Interested vendors should submit their statements of interest and capability by December 19, 2025, at 10 AM (EST) to Theresa Hunt at huntt@state.gov, as this opportunity is part of a planned Blanket Purchase Agreement (BPA) under NAICS code 561621.
    63--DETECTOR,HEAT
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking quotes for the procurement of 40 units of heat detectors under solicitation number NSN 6350017148202. This procurement may lead to an Indefinite Delivery Contract (IDC) with a term of one year or until the total orders reach $350,000, with an estimated eight orders per year and a guaranteed minimum quantity of four. These heat detectors are critical for alarm, signal, and security detection applications, and will be shipped to various DLA depots both within the continental United States and overseas. Interested vendors must submit their quotes electronically, and any inquiries should be directed to the buyer via email at DibbsBSM@dla.mil.
    Fire Alarm System Replacement, Mountain Home AFB
    Buyer not available
    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.
    Detector Kit, Chemical
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Land Warren, is soliciting offers for a firm-fixed price contract for 22 Chemical Detector Kits (NSN: 6665-01-706-8739, Manufacturer Part Number: 6001-000082-2), with an option for an additional 22 units. This procurement is critical for ensuring the availability of reliable hazard-detecting instruments, which play a vital role in military operations and safety protocols. Proposals must be submitted via email to Patricia Roussin at patricia.roussin@dla.mil by December 15, 2025, at 11:59 PM EST, and interested parties should note that a Technical Data Package is available on sam.gov, requiring a current DD 2345 for access. Compliance with specific packaging, marking, and delivery requirements is essential, with deliveries to be made FOB Destination to Pine Bluff, AR, within 90 days after contract award.
    FD2030-26-00234
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation in Oklahoma City, is issuing a special notice for the procurement of an ice detector, specifically identified by National Stock Number (NSN) 6340-00-304-5556RK. The requirement includes the provision of the detector as per the top drawing 695455, with the latest Engineering Data List (EDL) revision dated July 6, 2022. This equipment is critical for aircraft alarm and signal systems, ensuring operational safety and efficiency in aviation operations. Interested vendors should refer to the solicitation information for further details and are advised that quotes will be accepted once the solicitation is approved by the contracting officer.
    Air Station Detroit Fire Suppression System Inspection
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified vendors to provide inspection and testing services for the fire alarms and suppression systems at Air Station Detroit, located at Selfridge ANGB in Michigan. This procurement involves a request for quotation (RFQ) under solicitation number 70Z03026QCLEV0006, which requires compliance with the attached Statement of Work (SOW) and is aimed at ensuring the operational readiness and safety of critical fire control equipment. The solicitation will be conducted through an online competitive reverse auction facilitated by Unison Marketplace, where interested sellers must submit their bids electronically. For further inquiries, vendors can contact Marketplace Support at marketplacesupport@unisonglobal.com or call 877-933-3243, with all bids due by the specified deadline.
    Detector, Heat
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking suppliers for a contract to provide 10 units of heat detectors, identified by NSN 6350-01-529-5541, for the M1A2 SEP V3 Abrams tanks. These heat detectors are critical components of the tanks' fire detection and suppression systems and must adhere to stringent military specifications, including compliance with MIL-STD-2073 for packaging and ISO 9001:2015 or AS9100 standards for quality assurance. Interested vendors should ensure they can provide full traceability to the original equipment manufacturer (OEM) and must refrain from offering refurbished or used parts. For further inquiries, potential offerors can contact SSG Joshua Eash at joshua.s.eash.mil@army.mil or 254-287-5508, or Marcellus Newson at marcellus.j.newson.civ@army.mil or 254-287-0298.
    Edwards AFB Fire Suppression Maintenance 2026
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the Fire Suppression Maintenance contract at Edwards Air Force Base (AFB) for the year 2026. This contract encompasses the testing, maintenance, and repair of the pre-action fire suppression system at the Benefield Anechoic Facility, Building 1030, ensuring compliance with NFPA and UFC standards, with a total potential contract value of approximately $19.5 million over a five-year period. The procurement includes specific recurring tasks across multiple quadrants, with contractors required to utilize boom lifts for high-ceiling inspections and adhere to various federal regulations and standards. Interested vendors must submit their quotes by December 15, 2025, and are encouraged to attend a site visit on November 24, 2025, with prior registration required. For further inquiries, contact Jamil Minosa at jamil.minosa.2@us.af.mil or Abel Alcantar at abel.alcantar.1@us.af.mil.
    Smoke Alarms
    Buyer not available
    The U.S. Department of State (DOS) is seeking industry input for a potential Blanket Purchase Agreement (BPA) to procure smoke alarms for U.S. Diplomatic Missions located overseas. The procurement aims to ensure compliance with safety standards, including UL217, CSFM, NFPA 72, NFPA 101, and ICC codes, and requires that all equipment be supplied from a single manufacturer (BRK) within fifteen business days of receiving a purchase order. This initiative is critical for maintaining fire safety in diplomatic facilities, and interested vendors are encouraged to submit their capabilities and relevant experience by December 9, 2025, at Noon (EST) to Theresa Hunt at huntt@state.gov.
    DETECTOR, ICE
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking proposals for the procurement of ice detectors for the F-15 aircraft, specifically the NSN 6340-01-359-3208. This contract, which is an Indefinite Quantity Contract with a term of six months, requires an estimated annual quantity of 160 units and includes government First Article Testing (FAT) as well as compliance with export control regulations. The selected supplier will be responsible for delivering these critical application items, with the solicitation expected to be issued around December 8, 2025. Interested parties should prepare their proposals and contact Renee Griffin at renee.griffin@dla.mil or (445) 737-2040 for further information.