Giant Voice Mass Notification System Sustainment at Homestead ARB
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 has issued a Synopsis of Contract Action (SOCA) indicating its intent to award a sole-source, Firm-Fixed Price contract to American Signal Corporation (ASC) for Giant Voice Mass Notification System Sustainment at Homestead Air Reserve Base, FL. This notice is not a solicitation, but allows other interested parties to assert their capability to perform the work. Responses are due by March 6, 2026.
Scope of Work
The requirement is for a service maintenance agreement to provide Preventative Maintenance Inspections (PMIs) twice per year for Homestead's Giant Voice (GV) system. This system is critical for mass alerts during emergencies, exercises, and severe weather. The contractor will provide all management, tools, supplies, equipment, and labor for PMIs, as well as parts, materials, and labor for necessary repairs resulting from maintenance checks or unscheduled service calls.
Contract Details
- Type: Sole Source, Firm-Fixed Price, definitive contract
- Duration: Base year + four (4) Option Years
- Intended Awardee: American Signal Corporation (ASC)
- Authority: 10 USC 2304(c)(1), as implemented by FAR 13.106-1(b)(1)(i)
- NAICS: 811210 (size standard $34,000,000)
- Place of Performance: Homestead Air Reserve Base, FL
- Funding: Contingent upon availability of appropriated funds.
Sole Source Justification
ASC is identified as proprietary in its ability to service and maintain systems with CompuLert™ NEXGen, possessing the necessary technical data, diagnostic equipment, and trained personnel.
Response Requirements for Other Vendors
Vendors who believe they can meet the requirements should submit a complete technical package providing clear and convincing evidence of their capability. Responses must be on company letterhead and include:
- Affirmation of active SAM registration
- Qualifications and any applicable pricing data/information
- Point of contact, telephone number, and e-mail address
- Indication of business type (Small Business, SDB, WOSB, HUBZone, SDVOSB, socially/economically disadvantaged, U.S./foreign owned)
Submission & Contact
- Response Due: March 6, 2026, NLT 4:30 p.m. EST
- Submission Method: Electronically to the Contracting Officer
- Contracting Officer: Viviane Filias
- Email: viviane.filias@us.af.mil
- Phone: 786-415-7482
Additional Notes
This is a synopsis for informational purposes only; no solicitation exists. Information received will be considered solely to determine if a competitive procurement can be conducted. A determination not to compete is at the Government's discretion. Responses should also include any special requirements for a commercial contract in accordance with FAR Part 12.