FT LEAVENWORTH FIRE ALARMS AND MASS NOTIFICATION UPGRADE (SATOC)
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 U.S. Army Corps of Engineers, Kansas City District, is conducting market research for a Single Award Task Order Contract (SATOC) to upgrade fire alarms and mass notification systems at Fort Leavenworth, Kansas. This is a Sources Sought Notice to identify qualified contractors for a Design-Bid-Build (delegated design) project. Responses are due by May 4, 2026, at 1:00 pm Local Time.
Purpose & Scope of Work
This notice serves for market research and planning purposes only, aiming to assess industry interest and capabilities for a firm fixed-price construction contract. The project involves:
- Removal of existing fire alarm and mass notification systems.
- Installation of new combination Intelligent Addressable Fire Alarm (FA) and Mass Notification Systems (MNS).
- Work across approximately 30-40 buildings, ranging from 3,165 to 43,056 SF, including child development centers, administrative offices, instructional, and industrial facilities.
- Compliance with the Secretary of the Interior's Standards for the Treatment of Historic Properties for buildings within the Fort Leavenworth Landmark Historic District.
Contract & Timeline
- Contract Type: Firm Fixed Price Single Award Task Order Contract (SATOC).
- Period of Performance: 3 years.
- Estimated Magnitude: $20,000,000 to $30,000,000.
- Anticipated Award: On or before September 30, 2026.
- NAICS Code: 238210 (Electrical Contractors and Other Wiring Installation Contractors).
- Size Standard: $19M.
Eligibility & Response Requirements
This is not a solicitation. Interested parties should submit information demonstrating their capabilities and interest. Respondents must provide:
- Company information (name, address, CAGE, DUNS, website).
- Company size and small business status (SDVOSB, HUBZone, 8(a), Woman-Owned).
- Assertion of interest in bidding.
- Description of up to three (3) similar prime contractor projects completed in the last six (6) years, including dollar amount, technical requirements, work performed (self-performed vs. subcontractor), specific FA/MNS experience, project duration, customer contact, contract type, and compliance with historic property standards.
- Joint Venture information (if applicable).
- Bonding capability (per contract and aggregate).
Submission Details
- Response Deadline: May 4, 2026, at 1:00 pm Local Time.
- Page Limit: Six (6) pages.
- Submission Method: Email responses to Kirk Porter (kirk.j.porter@usace.army.mil) with a courtesy copy to Stephanie Kretzer (stephanie.r.kretzer@usace.army.mil).