Giant Voice Annual On-Site Preventative Maintenance
SOL #: 2026-PZI-1679Combined Synopsis/Solicitation
Overview
Buyer
DEPT OF DEFENSE
Dept Of The Air Force
FA2835 AFLCMC HANSCOM PZI
HANSCOM AFB, MA, 01731-2107, United States
Place of Performance
Hanscom AFB, MA
NAICS
Other Communications Equipment Manufacturing (334290)
PSC
Communications Security Equipment And Components (5810)
Set Aside
Total Small Business Set-Aside (FAR 19.5) (SBA)
Original Source
Timeline
1
Posted
Feb 17, 2026
2
Last Updated
Mar 2, 2026
3
Submission Deadline
Mar 5, 2026, 5:30 PM
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 (AFLCMC Hanscom PZI) is soliciting quotes for Giant Voice Annual On-Site Preventative Maintenance at Hanscom Air Force Base, MA. This Total Small Business Set-Aside opportunity requires services, tools, equipment, and a technician for annual preventative maintenance and emergency support for the base's Mass Notification System. Quotes are due March 5, 2026, by 12:30 PM ET.
Scope of Work
The contractor will provide comprehensive preventative maintenance and emergency support for the Hanscom AFB Giant Voice (GV) Mass Notification System. Key responsibilities include:
- Annual Preventative Maintenance: On-site services, tools, equipment, and a technician to perform tasks such as data archiving, communication verification, power supply/battery checks, local tower testing, speaker/amplifier verification, wiring integrity checks, radio wattage confirmation, enclosure inspections, silent/live activations, and issue reporting. A written inspection report is required within one week. Training for new GV operators/maintenance personnel may also be required.
- Emergency Support: Remote and on-site support for specific equipment (REACT5000, ATI RTU, HPSS16 siren). Requires 1-hour phone/email response and 4-hour on-site arrival if necessary, available 24/7/365. Initial damage assessment within two hours of arrival for emergencies, with incident documentation within one week after service restoration.
- Compliance: Adherence to Air Force policies, directives, processes, procedures, and national/local security rules and regulations.
Contract Details
- Contract Type: Combined Synopsis/Solicitation (Request for Quote - RFQ) for commercial items. Implied service contract.
- Set-Aside: Total Small Business Set-Aside (FAR 19.5).
- NAICS Code: 334290, with a small business size standard of 800 employees.
- Period of Performance: A Base Year (March 29, 2026 - March 28, 2027) and four (4) Option Years, extending the period of performance through March 28, 2031.
- Place of Performance: Hanscom Air Force Base (AFB), Massachusetts 01731.
- FOB Point: DESTINATION.
- Previous Contract: FA283521P0009 (incumbent performing services).
Submission & Evaluation
- Offer Submission Deadline: March 5, 2026, by 12:30 PM ET.
- Questions Due: February 24, 2026, by 12:30 PM ET.
- Answers Posted: By March 2, 2026, by 12:00 PM ET on SAM.gov.
- Submission Method: Email offers to Contract Specialist Honesty Yengbe (honesty.yengbe@us.af.mil) and Contracting Officer Jennifer Calisi (jennifer.calisi@us.af.mil). Do not post offers to SAM.gov.
- Offer Validity: Minimum of 90 days.
- Evaluation Factors: Award will be based on the Lowest Evaluated Price of Technically Acceptable quotes.
- Technical: Proposals must demonstrate understanding and capability to meet PWS requirements (evaluated as Acceptable or Unacceptable).
- Price: Only technically acceptable quotes will be evaluated, based on the sum of the base year and all four option years.
- Required Attachments: Bidders must use the provided Bid Schedule (CLINs 0001-4001) for firm-fixed pricing. Compliance with Service Contract Act Wage Determination No.: 2015-4047, Revision No.: 32, is mandatory for cost proposals.
Special Requirements & Notes
- Personnel: Contractor personnel require company ID, must identify as contractors, and may require escort on base. Base access requires CAC, Real ID, or U.S. passport/Visa.
- Equipment: Contractor must be able to work with the existing Acoustic Technology, Inc (ATI) system, equipment, and software.
- Travel: All travel costs must be included in the firm-fixed-price.
- Security: Strict compliance with Air Force security policies and Force Protection Condition procedures.
- Registration: Interested parties must be registered in the System for Award Management (SAM) database.
- Page Limits: Proposals have a 25-page total limit.
People
Points of Contact
Honesty YengbePRIMARY
Jennifer CalisiSECONDARY
Files
Versions
Version 2Viewing
Combined Synopsis/Solicitation
Posted: Mar 2, 2026
Version 1
Combined Synopsis/Solicitation
Posted: Feb 17, 2026