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)

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 is seeking proposals for Giant Voice Annual On-Site Preventative Maintenance and emergency support services for the Mass Notification System at Hanscom Air Force Base, MA. This is a Total Small Business Set-Aside opportunity. The contract will include a base year and four option years, extending services through March 28, 2031. Quotes are due March 5, 2026, by 12:30 PM ET.

Scope of Work

The contractor shall provide all services, tools, equipment, and a technician to perform comprehensive annual preventative maintenance and 24/7/365 emergency support for the Hanscom AFB Giant Voice (GV) Mass Notification System. Key tasks for preventative maintenance include data archiving, communication verification, RF level adjustments, power supply/battery checks, local tower testing, speaker/amplifier verification, wiring integrity checks, radio wattage output confirmation, enclosure inspections, silent and live activations, and detailed reporting. Emergency support requires a 1-hour phone/email response and a 4-hour on-site arrival time if necessary, for specified Acoustic Technology, Inc (ATI) equipment. Training for GV operators and maintenance personnel may also be required.

Contract Details

  • Contract Type: Firm Fixed-Price
  • Period of Performance: Base Year (March 29, 2026 – March 28, 2027) plus four (4) one-year option periods, extending through March 28, 2031.
  • Place of Performance: Hanscom Air Force Base, MA 01731 (specifically Building 1305).
  • Set-Aside: Total Small Business Set-Aside (FAR 19.5)
  • NAICS Code: 334290 (Small Business Size Standard: 800 Employees)
  • Product Service Code: 5810 (Communications Security Equipment And Components)
  • Wage Determination: Bidders must incorporate Wage Determination No.: 2015-4047, Revision No.: 32, including specified minimum wage rates and fringe benefits for service occupations in applicable Massachusetts counties, into their cost proposals. Compliance with EOs 13706 and 13658 is mandatory.

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 Honesty Yengbe (honesty.yengbe@us.af.mil) and Jennifer Calisi (jennifer.calisi@us.af.mil). Do not post to SAM.gov.
  • Evaluation: Award will be based on the Lowest Evaluated Price of Technically Acceptable quotes. Technical proposals will be evaluated as Acceptable or Unacceptable based on understanding and capability to meet PWS requirements. Price evaluation will consider the sum of the base year and all four option years.
  • Offer Validity: Minimum of 90 days.
  • Required Attachments: Bidders must use the provided Bid Schedule (CLINs 0001-4001) for firm-fixed pricing across all potential contract years.

Special Requirements

Contractor personnel must comply with Air Force policies, directives, and security regulations, including base access requirements (CAC, Real ID, or passport) and potential escorts. Primary and alternate Points of Contact must be provided within one day of contract award. All travel costs must be included in the firm-fixed price. The contractor must be able to work with the existing Acoustic Technology, Inc (ATI) system.

People

Points of Contact

Honesty YengbePRIMARY
Jennifer CalisiSECONDARY

Files

Files

No files attached to this opportunity

Versions

Version 2
Combined Synopsis/Solicitation
Posted: Mar 2, 2026
View
Version 1Viewing
Combined Synopsis/Solicitation
Posted: Feb 17, 2026
Giant Voice Annual On-Site Preventative Maintenance | GovScope