Sources Sought For Brand Name Fire Alarm And Mass Notification Systems – Consolidated Vehicle Maintenance And Security Forces Operations Complexes At Minot Air Force Base, North Dakota
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 U.S. Army Corps of Engineers, Omaha District (NWO), is conducting a Sources Sought for brand name Monaco fire alarm and mass notification systems. These systems are required for two military construction (MILCON) projects at Minot Air Force Base (MAFB), North Dakota: the Consolidated Vehicle Maintenance Complex and the Security Forces Operations Complex. This market research aims to identify potential sources and support a potential brand name Justification and Approval (J&A) for these systems. Responses are due by March 25, 2026, at 2:00 p.m. Central Time.
Purpose & Context
This is an informational Sources Sought notice, not a request for proposal. Its purpose is to conduct market research to identify industry sources capable of providing Monaco brand fire alarm and mass notification systems. The Air Force has standardized on Monaco equipment at MAFB due to existing infrastructure, technician familiarity, and operational efficiencies, as detailed in the attached Class J&A citing FAR 6.302-1(a)(2) for "Only One Responsible Source." The fire alarm systems will be integrated into two large MILCON projects, each valued between $100M and $200M, with the fire alarm system components estimated at $15K-$100K per project.
Required Capabilities
NWO seeks sources for Monaco fire alarm and mass notification systems, including alarms, notification devices, annunciation devices, control panels, and central receiving systems. Key requirements include:
- Brand Name: Monaco equipment, due to Air Force standardization at MAFB.
- Compatibility: Systems must ensure the highest order of compatibility with existing MAFB infrastructure and the base's centralized D-21 system.
- Compliance: Must be qualified and demonstrate compliance with Air Force requirements and industry standards (e.g., NFPA 72, UL 864, UL 2572, DoD UFCs) as outlined in the draft specifications.
- Non-Developmental Item: Systems should be non-developmental to the maximum extent possible.
- Maintenance & Support: Vendors should provide information on product warranties, repair technician availability, and response times.
- Special Requirements: Any resulting contract will be compliant with the Berry Amendment (10 U.S.C. 2533a and 2533b).
Contract Details
- Opportunity Type: Sources Sought (Market Research)
- Anticipated Procurement: The fire alarm and mass notification systems will be included within two separate design-bid-build construction contracts for the MILCON projects. These construction contracts are anticipated to be full and open competition.
- NAICS (for Construction Projects): 236220, Commercial and Institutional Building Construction ($45M size standard).
- NAICS (for Sources Sought response): 334290, Other Communications Equipment Manufacturing (800 employees size standard).
- PSC (for Sources Sought response): 6350, Miscellaneous Alarm, Signal, and Security Detection Systems.
- Set-Aside: Not specified for this Sources Sought. The underlying construction contracts are anticipated to be full and open competition.
- Place of Performance: Minot Air Force Base, North Dakota.
Submission Details
- Response Due: March 25, 2026, 2:00 p.m. Central Time.
- Submission Method: Electronically via email to Contract Specialist Ariel Vogan at Ariel.E.Vogan@usace.army.mil.
- Format: Capabilities statement package (no more than ten 8.5 x 11-inch pages, font no smaller than 10 point), in bullet format, Microsoft Word or PDF.
- Required Information: Organization name, address, primary points of contact (POCs), email, website, telephone number, type of ownership, tailored capability statements addressing requirements, and details on significant subcontracting or teaming arrangements.
Additional Notes
This notice is for planning purposes only and does not constitute a solicitation or commitment by the government. No funds are available for response preparation.