The United States Air Force (USAF), Air Force Reserve Command (AFRC) at the 934th Minneapolis Air Reserve Station, MN is currently conducting market research and seeking sources to provide a Design-build project for Repair Fire Alarm and Mass Notification, B821 & B870.
Project Number: QJKL 24-0007/934CONF-25-0001
This Sources Sought is requesting responses to the following criteria that can provide the required services. The anticipated North American Industry Classification System Code (NAICS) for this requirement is 561621 is “Security Systems Services” with the corresponding size standard of $25.0 Million.
DESCRIPTION OF WORK:
Contractor shall provide all supervision, design-build services, labor, materials and equipment necessary to fully meet all requirements of the Statement of Work, Construction Specifications, Construction Drawings and all other Contract Documents related to and/or titled:
“Repair Fire Alarm and Mass Notification”, QJKL 24-0007” at the Minneapolis Air Reserve Station, Minneapolis Minnesota. The purpose of this project is to replace the fire alarm system in two buildings (B821 & B870), replace mass notification in one building (B821) and add mass notification in one building (B870).
BACKGROUND:
Currently, B821 has a Monaco MAAP-+ fire alarm control panel and a Wheelock mass notification system. The facility has multiple issues outlined in the Scope of Work and Specifications. The systems shall be replaced with a Monaco MAAP-X combined fire alarm and mass notification system. B870 has an obsolete Notifier fire alarm control panel and does not currently have mass notification. A new MAAP-X combined fire alarm and mass notification shall replace the current system and add mass notification.
Both B821 and B870 have disabled high expansion foam systems. The foam activation controls shall be removed, including the thermal activation devices from the fire alarm systems. Additionally, it is desirable to remove some or all the abandoned high expansion foam equipment, piping and accessories, see Scope of Work and Specifications for details of expected work.
Magnitude of construction is between $1,000,000 and $5,000,000.
The contract type is anticipated to be a Firm-Fixed Type contract type.
SUBMISSION DETAILS: Vendors who wish to respond to these sources sought should send responses via email NLT 10 July 2025, 3:00pm Central Standard Time to Chin Dahlquist at [email protected].
Interested vendors should submit a brief capabilities statement (5-pages max) demonstrating the ability to perform the required services. Submissions must include:
Business name and address
Name of company representative, their business title and email address
Type of Business
CAGE Code and UEI
This documentation must address at a minimum the following items:
What type of work has your company performed in the past in support of the same or similar requirement?
What specific technical skills does your company possess which ensure capability to perform the services?
DISCLAIMER
THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR QUOTES/PROPOSALS. It does not constitute a solicitation and shall not be construed as a commitment by the government. Responses in any form are not offers and the government is under no obligation to award a contract because of this announcement. No funds are available to pay for preparation of responses to this announcement. Any information submitted by respondents to this technical description is strictly voluntary. Responses will not be returned to the responder. Not responding to this notice does not preclude participation in any future solicitation, if any issued. If a solicitation is released, it will be synopsized on the Government-Wide Point of Entry (GPE) at www.sam.gov. It is the responsibility of potential offerors to monitor the GPE for additional information pertaining to this requirement.
NOTICE TO OFFEROR(S)/SUPPLIER(S): Funds are not presently available for this effort. No award will be made under this solicitation until funds are available. The Government reserves the right to cancel this solicitation, either before or after the closing date. In the event the Government cancels this solicitation, the Government has no obligation to reimburse an offeror for any costs.