Replace Fire Alarms, Multi Facility

SOL #: FA302226R0009Solicitation

Overview

Buyer

DEPT OF DEFENSE
Dept Of The Air Force
FA3022 14 CONS LGCA
COLUMBUS, MS, 39710-0001, United States

Place of Performance

Columbus, MS

NAICS

Security Systems Services (except Locksmiths) (561621)

PSC

Installation Of Equipment: Alarm, Signal, And Security Detection Systems (N063)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)

Timeline

1
Posted
May 7, 2026
2
Submission Deadline
Jun 22, 2026, 6:00 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, 14 CONS LGCA, is soliciting proposals for the replacement of obsolete fire alarm systems across multiple facilities at Columbus Air Force Base, MS. This project involves upgrading existing MONACO radio systems to new Notifier fiber systems. This is a Total Small Business Set-Aside. Proposals are due June 22, 2026.

Scope of Work

The contractor shall provide all labor, equipment, transportation, and tools for the complete replacement of fire alarm reporting systems in facilities B99, B155, B214, B348, B642, B916, and B998. This includes replacing Fire Alarm Control Panels, conduit, wiring, and all existing devices. The new systems must be Notifier fiber-based and programmed to communicate with each other and the fire station. The contractor is responsible for all design and coordination to ensure a constructible, code-compliant design, adhering to the Statement of Work (SOW), Concept Design Drawings, and applicable AF requirements and codes.

Contract Details

  • Type: Firm Fixed Price
  • Magnitude: Between $500,000 and $1,000,000
  • Period of Performance: 365 calendar days from Notice to Proceed
  • Set-Aside: Total Small Business Set-Aside (NAICS 561621, Size Standard $25,000,000)
  • Bonds: 100% Performance and Payment Bonds are required.
  • Funds: Obligation is contingent upon the availability of appropriated funds.

Submission & Evaluation

  • Proposals Due: June 22, 2026, at 1:00 PM local time (CST).
  • RFIs Due: June 3, 2026, at 7:30 AM CST.
  • Evaluation: Lowest Price Technically Acceptable (LPTA) based on Price, Technical, and Past Performance.
  • Site Visit: Highly encouraged on May 28, 2026, at 9:00 AM CST. RSVP required by May 18, 2026, at 1:00 PM CST by emailing the POC for an EAL document upload link.

Key Requirements

  • CUI Training: Contractors must complete CUI Training Slides and return the acknowledgment form to gain access to drawings and other Controlled Unclassified Information (CUI) documentation.
  • Compliance: All work must comply with CAFB Base Standards, the SOW, Concept Design Drawings, and relevant codes (e.g., NFPA, IEEE, ASHRAE, UFC).
  • HAZMAT: Contractors must track and report hazardous materials usage via the AF Form 66 Template.
  • Wage Rates: Prevailing wage rates and fringe benefits as per the provided Wage Determination (MS20260045) apply.

Contact Information

People

Points of Contact

Daniel StiltsSECONDARY

Files

Files

Download
Download
Download
Download
Download
Download
Download
Download
Download
Download

Versions

Version 1Viewing
Solicitation
Posted: May 7, 2026
Replace Fire Alarms, Multi Facility | GovScope