D-21 Fire Alarm Upgrades
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The Department of the Army, specifically W7NK USPFO ACTIVITY MTANG 120, has issued an Award Notice for D-21 Fire Alarm Upgrades. This procurement, identified as a Total Small Business Set-Aside (FAR 19.5), involves the repair of D-21 Fire Alarm Controls. A Justification Review Document explains the rationale for a sole-source procurement.
Scope of Work
The award pertains to the repair of D-21 Fire Alarm Controls. The justification document details the necessity of procuring services and parts from a single vendor, Monaco Enterprises, due to the proprietary nature of the D-21 Fire Alarm Control Panels and their software.
Contract & Timeline
- Type: Award Notice (Sole-Source Procurement Justification)
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
- Published: March 25, 2026
- Place of Performance: Montana (MT 59404), United States
Justification for Sole Source
The decision to limit competition for the repair of D-21 Fire Alarm Controls is based on several factors:
- Proprietary System: The D-21 Fire Alarm Control Panels and software are proprietary to Monaco Enterprises, the original equipment manufacturer (OEM).
- Exclusive Parts: Monaco Enterprises is the sole manufacturer and seller of all replacement parts and components for the D-21 system.
- System Incompatibility: The entire base fire alarm infrastructure is standardized with Monaco Enterprises' equipment, making other manufacturers' components incompatible.
- Cost & Disruption: Replacing the entire system to introduce competition would be prohibitively costly and disruptive to base operations.
- Lack of Data Rights: The government lacks the necessary technical data package, software rights, or diagnostic tools for other contractors to service the system.
- Warranty & Certification: Using unauthorized vendors would void the system's warranty and operational certification.
Future Strategy
The government plans to foster future competition by phasing out the current system with open-architecture, non-proprietary solutions and conducting continuous market research.
Contact Information
- Primary Contact: Anthony F. Barille
- Email: anthony.barille@us.af.mil
- Phone: 4067910246