RFI-Fire Alarm Control Panel Replacement
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 is conducting market research through this Request for Information (RFI) for the purchase, replacement, and installation of a new fire alarm control panel at JBSA Fort Sam Houston (FSH), San Antonio, TX. This RFI is for planning purposes only and does not constitute a solicitation. Responses are due by May 6, 2026, at 4:00 PM CDT.
Scope of Work
The requirement, detailed in the attached Draft Statement of Work (SOW), involves:
- Purchasing and installing a new, fully functional, and code-compliant Addressable Fire Alarm Control Panel (FACP) in Building 613.
- Safely removing the existing FACP and associated components.
- Installing, programming, and commissioning the new panel and devices, ensuring proper wiring in metallic raceway (conduit).
- Integrating the new system with existing building systems (e.g., sprinkler monitoring, elevator recall).
- Installing a new, dedicated 120VAC circuit for the FACP.
- Disposing of all removed materials in accordance with environmental regulations.
Performance Standards
- All work must conform to the latest adopted editions of NFPA 72, NFPA 70, and applicable state/local fire codes.
- The system must successfully connect to and transmit signals to an approved 24/7 third-party monitoring station.
- A 100% functional test of all components and a final acceptance test with the Authority Having Jurisdiction (AHJ) are required.
- The contractor must provide comprehensive training for facility staff.
Special Requirements
- A thorough on-site survey is mandatory before work commencement.
- Submission of detailed shop drawings, including manufacturer specifications and certification by a NICET Level III/IV or licensed Fire Protection Engineer, is required.
- The vendor must provide a 5-year parts and labor warranty for the unit and installation.
- The contractor is responsible for ordering, shipment, delivery, installation, and temporary storage (max 30 days) of all new parts.
- Work must minimize disruption to building occupants and comply with OSHA and site-specific safety regulations.
Contract & Timeline
- Type: Sources Sought / Request for Information (RFI)
- Set-Aside: None specified
- Response Due: May 6, 2026, 4:00 PM CDT
- Published: April 22, 2026
- Place of Performance: JBSA Fort Sam Houston (FSH), Building 613, San Antonio, TX.
Additional Notes
This RFI is solely for market research. It is not a solicitation, Request for Quotation (RFQ), or a promise to issue an RFQ. No contract will be awarded based on responses to this notice.