Fire Alarm Readiness System-Keesler AFB
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 Air Force is conducting market research via a Sources Sought announcement to identify potential sources for a Fire Alarm Readiness System at Keesler Air Force Base, Biloxi, MS. This opportunity is a Total Small Business Set-Aside. Responses are due by May 8, 2026, at 1:00 PM CDT.
Purpose
This is a market research effort, not a solicitation, to determine industry capabilities for providing a Fire Alarm Readiness System. The Government is seeking information from interested parties to assess the market and potential small business participation.
Scope of Work
The requirement is for a comprehensive Fire Alarm Readiness System, including specific hardware and associated services. Key components outlined in the Salient Characteristics include:
- Monaco Desktop (Qty 3): Windows 11, configured with Keesler AFB's D-21 database and Monaco Enterprise's D-21 V2 software, including a specific software license dongle.
- Monaco Enterprise Monitors (Qty 3): 24" Black 1080p, configured for HDMI, with Display Port connections and 110/220 Power.
- Monaco Enterprise UPS (Qty 3): 120VAC, 750VA, Tower, TAA Compliant.
- Monaco Enterprise 24 Port Ethernet Switch (Qty 2): DODIN and TAA Compliant, 24 PORT X 4 SFP, and Managed switches.
- Preventive Maintenance and Inspection (PMI) Service: To be provided 6 months post-delivery/implementation. This includes recommendations for system upgrades, cleaning/verification of D21 PCs, printer maintenance, D-21 software updates, vulnerability scans, system remediation, and database backups with reporting. PMI services must be scheduled with the 81 CES point of contact.
Contract & Timeline
- Type: Sources Sought / Market Research
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
- Response Due: May 8, 2026, 1:00 PM CDT
- Published: April 29, 2026
- Place of Performance: Keesler Air Force Base, Biloxi, MS 39534
- Product/Service Code: 6350 - Miscellaneous Alarm, Signal, And Security Detection Systems
Response Requirements
Interested parties must provide:
- Company name, address, phone number, and point of contact.
- CAGE code and company size status.
- Indication of U.S. or foreign-owned firm status.
- A written statement confirming compliance with all Government needs as specified in the Salient Characteristics.
- Any associated product literature.
- Information on whether items are available on a Federal Supply Schedule contract. By submitting a response, firms certify they can meet all stated criteria.
Submission Details
Responses should be emailed to rashawnda.bonham_mosley@us.af.mil and macey.behee@us.af.mil. It is the respondent's responsibility to confirm receipt by contacting RaShawnda Bonham Mosley (228-377-0492) or Macey Behee (228-377-1802) prior to the deadline. Responses and inquiries will not be accepted past the deadline.
Additional Notes
This is for informational and planning purposes only and does not constitute a promise to issue a future solicitation. The Government will not pay for any costs incurred in responding to this notice. Not responding does not preclude participation in any future solicitation. Interested parties should monitor SAM.gov for updates.