Skip to content
Department of Defense

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

Solicitation: W9128F26SM011
Notice ID: ba8f429c923e4b7285e10464a8705b60
TypeSources SoughtNAICS 334290PSC6350Set-AsideNONEDepartmentDepartment of DefenseAgencyDept Of The ArmyStateNDPostedMar 10, 2026, 12:00 AM UTCDueMar 25, 2026, 07:00 PM UTCCloses in 15 days

Sources Sought from DEPT OF THE ARMY • DEPT OF DEFENSE. Place of performance: ND. Response deadline: Mar 25, 2026. Industry: NAICS 334290 • PSC 6350.

DoD CMMC Readiness
Modern compliance support by Federal Bid Partners

CMMC support options for this DoD solicitation

As DoD CMMC rollout expands, approximately 80%+ of DoD solicitations are expected to include cybersecurity/CMMC requirements, including many non-tech scopes.

Done-for-you service
CMMC start-to-finish with FBP
$2,000
Registered Practitioner logo
Guided by a Registered Practitioner with practical DoD workflow support.
  • Gap review, remediation roadmap, and implementation support
  • Policy package, evidence mapping, and submission prep
  • Designed for primes and subs across non-tech and tech work
Start CMMC with Federal Bid Partners →
AI-powered application
CMMC Pulsar™ start-to-finish
$399
CMMC Pulsar logo
First-of-its-kind CMMC Pulsar™ app to run your CMMC workflow with AI assistance.
  • Structured checklist, AI guidance, and progress tracking
  • Build evidence and controls with clearer next-step workflows
  • Ideal for teams that want speed plus affordability
Open CMMC Pulsar™ →
Solicitation context: W9128F26SM011. Requirements vary by acquisition and contract type; COTS-only exceptions may apply.

Market snapshot

Awarded-market signal for NAICS 334290 (last 12 months), benchmarked to sector 33.

12-month awarded value
$29,850,436
Sector total $24,146,592,831 • Share 0.1%
Live
Median
$42,490
P10–P90
$30,138$46,827
Volatility
Moderate39%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
0.1%
share
Momentum (last 3 vs prior 3 buckets)
+4146%($28,476,636)
Deal sizing
$42,490 median
Use as a pricing centerline.
Live signal is computed from awarded notices already observed in the system.
Signals shown are descriptive of observed awards; not a forecast.

Related hubs & trends

Navigate the lattice: hubs for browsing, trends for pricing signals.

We write these bids →
Open on SAM.gov →
Map for ND
Live POP
Place of performance
Minot AFB, North Dakota • 58704 United States
State: ND
Contracting office
Omaha, NE • 68102-4901 USA

Applicable Wage Determinations

SAM WDOL references matched to this opportunity's location and scope language.

WD Directory →
Best fit for this contractDavis-Bacon
ND20260001 (Rev 1)
Match signal: state matchOpen WD
Published Jan 30, 2026North Dakota • Adams, Barnes, Benson +50
Rate
ELECTRICIAN CABLE SPLICER
Base $55.35Fringe $10.71
Rate
ELECTRICIAN
Base $55.35Fringe $10.71
+21 more occupation rates available in the full WD.
View more for this contract
3 more WD matches and 21 more rate previews.
Davis-BaconBest fitstate match
ND20260001 (Rev 1)
Open WD
Published Jan 30, 2026North Dakota • Adams, Barnes, Benson +50
Rate
ELECTRICIAN CABLE SPLICER
Base $55.35Fringe $10.71
Rate
ELECTRICIAN
Base $55.35Fringe $10.71
Rate
LINE CONSTRUCTION CABLE SPLICER
Base $55.35Fringe $10.71
+20 more occupation rates in this WD
Davis-Baconstate match
ND20260020 (Rev 2)
Open WD
Published Jan 30, 2026North Dakota • Billings
Rate
BOILERMAKER
Base $48.00Fringe $31.14
Rate
BRICKLAYER
Base $33.54Fringe $14.86
Rate
ELEVATOR MECHANIC
Base $62.52Fringe $38.43
+18 more occupation rates in this WD
Davis-Baconstate match
ND20260028 (Rev 1)
Open WD
Published Jan 30, 2026North Dakota • Renville
Rate
BOILERMAKER
Base $48.00Fringe $31.14
Rate
BRICKLAYER
Base $33.16Fringe $15.24
Rate
POWER EQUIPMENT OPERATOR: (Roller)
Base $39.60Fringe $25.25
+17 more occupation rates in this WD
Davis-Baconstate match
ND20260027 (Rev 1)
Open WD
Published Jan 30, 2026North Dakota • Ramsey
Rate
BOILERMAKER
Base $48.00Fringe $31.14
Rate
POWER EQUIPMENT OPERATOR: GROUP 1
Base $40.20Fringe $25.25
Rate
GROUP 2
Base $40.20Fringe $25.25
+16 more occupation rates in this WD

Point of Contact

Name
Ariel Vogan
Email
ariel.e.vogan@usace.army.mil
Phone
Not available

Agency & Office

Department
DEPT OF DEFENSE
Agency
DEPT OF THE ARMY
Subagency
US ARMY CORPS OF ENGINEERS
Office
ENGINEER DIVISION NORTHWESTERN • ENDIST OMAHA • W071 ENDIST OMAHA
Contracting Office Address
Omaha, NE
68102-4901 USA

More in NAICS 334290

Description

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

DISCLAIMER: This sources sought is for informational purposes only. This is not a request for proposal (RFP) requiring proposals 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.

INTRODUCTION

The U.S. Army Corps of Engineers, Omaha District (NWO), 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 fire alarm and mass notification systems including but not limited to alarms, notification, annunciation devices, control panels and devices, and central receiving systems. Fire Alarm Systems are required for two (2) military construction (MILCON) projects supporting the Sentinel Program at Minot Air Force Base (MAFB), North Dakota (ND).  

These projects vary in scope, magnitude, and complexity, but both require installation of fire alarm and mass notification systems to include fire alarm control panels, accessory devices, components, and transceivers. These systems are required to ensure the highest order of compatibility of components between facilities are being established as part of the Sentinel Program at MAFB.

These systems will be installed as integral components of the larger facility construction projects. Facilities will be designed as permanent construction in accordance with the DoD Unified Facilities Criteria (UFC) 1-200-01, General Building Requirements and UFC 1-200-02, High Performance and Sustainable Building Requirements. The facilities will be compatible with applicable DoD, Air Force, and base design standards. In addition, local materials and construction techniques shall be used where cost effective.  These projects will comply with DoD antiterrorism/force protection requirements per the applicable UFCs.  

REQUIRED CAPABILITIES

NWO received the mission to design and construct/or renovate multiple facilities at MAFB in support of the Sentinel Program. As part of the design and construction effort, new fire alarm and mass notification systems will be installed to support the operation of various facilities, and the Air Force has standardized the use of Monaco equipment at MAFB. The Government will not purchase these items directly, but will require the following construction contracts to provide and install the equipment listed below:

PROJECT: Consolidated Vehicle Maintenance Complex

TYPE: MILCON

MAGNITUDE: $100M - $200M

ITEM: Fire Alarm & Mass Notification System

MAKE: Monaco

ESTIMATED AMOUNT: $20K – 100K

PROJECT: Security Forces Operations Complex

TYPE: MILCON

MAGNITUDE: $100M - $200M

ITEM: Fire Alarm & Mass Notification System

MAKE: Monaco

ESTIMATED AMOUNT: $15K – 75K

The result of this market research will contribute to determining the method of procurement. Based on the responses to this sources sought notice, this requirement may include specifications regarding the fire alarm control panels, or, if justified by market research a brand name Justification and Approval (J&A). USACE intends to issue one design-bid-build construction contract per project listed above. The solicitation of each project is anticipated to be full and open competition; however, market research of each project is ongoing at this time.

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 sources sought is being performed as part of supplementary market research conducted by the Army to support the specific projects listed above.

Non-Developmental Item. The fire and mass notification systems shall be a non-developmental item to the maximum extent possible.

Given the high percentage of Monaco fire alarm systems currently at MAFB, technicians have significantly more experience and familiarization working with this brand name of  equipment versus other manufacturers. Due to proprietary rights technicians cannot work on other equipment causing the Civil Engineering (CE) Squadron to hire outside agencies to repair inoperable systems at an additional cost to the organization.

MAFB has the necessary training, equipment, and software to repair Monaco brand fire alarm and mass notification systems with 24-hour customer service support. The base centralized D-21 system at the fire dispatch is Monaco. MAFB is going to a full point to point reporting system which will pinpoint the specific location if a fire occurs in a building. This will notify firefighters what approach to take for execution saving time and money.

Qualifications. The fire and mass notification systems must be qualified and demonstrate compliance with the Air Force compliance requirements. This includes but is not limited to compatibility with fire alarms, mass notification, annunciation devices, control panels and devices (addressable and conventional), and central receiving systems. Proof of qualification should be addressed in the sources sought 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 without proprietary and/or non-developmental components. Interested vendors should provide information on product warranties, repair technicians’ availability, and repair response times for their products.

SPECIAL REQUIREMENTS

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 Revolutionary Federal Acquisition Regulation (RFO) Overhaul Part 25, Defense FAR Supplement (DFARS) Part 225, Clauses 252.225-7008 and 252.225-7009.

ELIGIBILITY

The anticipated NAICS code for each construction project is 236220, Commercial and Institutional Building Construction, with a Small Business Size Standard of $45M. The Product Service Code (PSC) is Y1JZ – Construction of Other Miscellaneous Buildings. Note the fire alarm and mass notification system will be included in each construction solicitation with the NAICS code and PSC listed above.  

The applicable NAICS code in responses to this Sources Sought for fire alarm and mass notification systems is 334290, Other Communications Equipment Manufacturing with a Small Business Size Standard of 800 employees. The PSC for fire alarm and mass notification systems is 6350 - Miscellaneous 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.

Your response to this Sources Sought, including any capabilities statement, shall be electronically submitted to the Contract Specialist, Ariel Vogan in either Microsoft Word or Portable Document Format (PDF), via email Ariel.E.Vogan@usace.army.mil no later than 2:00 p.m. Central Time on 25 March 2026 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. If significant subcontracting or teaming is anticipated in order to deliver technical capability, organizations should address the administrative and management structure of such arrangements.

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.

Files

Files size/type shown when available.

BidPulsar Analysis

A practical, capture-style breakdown of fit, requirements, risks, and next steps.

Analysis is being generated for this notice. Check back shortly.

FAQ

How do I use the Market Snapshot?

It summarizes awarded-contract behavior for the opportunity’s NAICS and sector, including a recent pricing band (P10–P90), momentum, and composition. Use it as context, not a guarantee.

Is the data live?

The signal updates as new awarded notices enter the system. Always validate the official award and solicitation details on SAM.gov.

What do P10 and P90 mean?

P10 is the 10th percentile award size and P90 is the 90th percentile. Together they describe the typical spread of award values.