SOURCES SOUGHT TECHNICAL DESCRIPTION FOR AES CORPORATION RADIO FREQUENCY TRANSCEIVER & EST FIRE ALARM SYSTEM – CONSTRUCTION OF POWER INDEPENDENCE MISSION CONTROL STATION (MCS) AT BUCKLEY SPACE FORCE BASE (SFB), COLORADO (CO)
INTRODUCTION
The US Army Corps of Engineers (USACE), Omaha District, Contracting Office, is issuing this sources sought synopsis as a means of conducting market research to identify potential sources having an interest and industry technologies available to support/provide Radio Frequency Transceiver, Fire Detection and Alarm System(s) in the Construction of Power Independence Mission Control Station (MCS) at Buckley Space Force Base (SFB), Colorado.
The result of this market research will contribute to determining the method of procurement. Based on the responses to this sources sought notice/market research, this requirement may include specifications regarding the frequency transceiver, fire alarm system, or, if justified by market research a brand name Justification and Approval (J&A). USACE intends to issue one design-bid-build construction contract and the the acquisition will be solicitated as Unrestricted (i.e., full and open competition). The magnitude of construction is expected to range between $25,000,000 and $100,000,000.
This sources sought is specific to the radio frequency transceiver and fire alarm system required for the Power Independence MCS.
NOTE: The Air Force has an approved class J&A for Facility Fire Alarm Replacement Standardization. A copy of that class J&A is attached. This is a supplementary market research effort conducted by USACE to support this project.
DISCLAIMER
THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSAL (RFP) TO BE SUBMITTED. 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 AS A RESULT 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.
PROGRAM BACKGROUND & DESCRIPTION OF SERVICES
USACE has received the mission to design and construct and/or renovate multiple facilities at Buckley SFB in support of the Space Force Program. As part of the design and construction effort, new Radio Frequency Transceiver(s) and Fire Alarm System(s) will be installed to support the operation of various facilities and the Air Force has standardized the use of both AES and EST equipment at Buckley SFB. The Government will not purchase these items directly, but will require the following construction contract to provide and install the following:
PROJECT – Power Independence MCS
Type – MILCON (3300)
MAGNITUDE - $25,000,000 to $100,000,000
ITEM – Transceiver
MAKE – AES
ESTIMATED AMOUNT - $5,000 to $50,000
ITEM – Fire Alarm System
MAKE – EST
ESTIMATED AMOUNT - $50,0000 to $150,000
REQUIRED CAPABILITIES
The Government requires a transceiver and fire alarm system for the Power Independence MCS project. The intent of this Sources Sought is to assess the state-of-the art of the technology available in the transceiver and fire alarm system products that could be applied to this requirement.
The Government envisions a solution for the transceiver and fire alarm system that meets the following operational and program requirements: See attached Air Force Class J&A – Facility Fire Alarm Replacement Standardization.
Non-Developmental Item. The transceiver and fire alarm system should be a non-developmental item to the maximum extent possible.
Qualification. The transceiver and fire alarm system must be qualified and demonstrate compliance to the AES and EST brands, respectively, and all associated components (Reference Attached Specs), capable of supporting the new facility located at Buckley SFB, CO as described in the program background. Proof of qualification should be addressed in the response.
Maintenance, Inspection and Repair. The Government desires a system with minimal maintenance and inspection requirements at the organizational level. The system should also be easily repairable for deployed units. Interested vendors should provide information on product warranties, repair technicians availability, and repair response times for their products.
SPECIAL REQUIREMENTS
Any resulting contract is anticipated to have a security classification level of Controlled Unclassified Information (CUI). Any resulting contract shall be compliant with the specialty metals restriction of the Berry Amendment (10 U.S.C. 2533a and 2533b) in accordance with DFARS clauses 252.225-7008 and 252.225-7009.
ELIGIBILITY
The applicable NAICS code for this requirement is 237130, Power and Communication Line and Related Structures Construction with a Small Business Size Standard of $45M. The Product Service Code (PSC) is Y1PG, Construction of Electronic and Communication Facilities.
The applicable NAICS Code for transceiver and fire alarm system is 561621, Security Systems Services (except Locksmiths) with a Small Business Size Standard of $25,000,000 annual revenue. The PSC is N063, Installation of equipment-alarm, signal, and security detection systems.
SUBMISSION DETAILS
Interested businesses should submit a brief capabilities statement package (no more than ten 8.5 X 11-inch pages, font no smaller than 10 point) demonstrating ability to provide the products/systems listed in this Technical Description. Documentation should be in bullet format. No phone or email solicitations with regards to the status of the RFP will be accepted prior to its release. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding submissions.
Your response to this Sources Sought, including any capabilities statement, shall be electronically submitted to the Contract Specialist, Brandon Landis, in either Microsoft Word or Portable Document Format (PDF), via email brandon.p.landis@usace.army.mil no later than 2:00 p.m. CDT on 09 April 2025 and reference this synopsis number in subject line of e-mail and on all enclosed documents. Information and materials submitted in response to this request WILL NOT be returned. DO NOT SUBMIT CLASSIFIED MATERIAL.
If your organization has the potential capacity to provide the required products/systems, please provide the following information: 1) Organization name, address, primary points of contact (POCs) and their email address, website address, telephone number, and type of ownership for the organization; and 2) Tailored capability statements addressing the requirements of this notice, with appropriate documentation supporting claims of organizational and staff capability.
All data received in response to this Sources Sought that is marked or designated as corporate or proprietary will be fully protected from any release outside the Government.