Skip to content
Department of Defense

Fire Reporting System Upgrade

Solicitation: FA468626FireReportingSystem
Notice ID: dd77e277d2394993a472c82cd9577082
TypePresolicitationNAICS 334290PSC6350Set-AsideSBADepartmentDepartment of DefenseAgencyDept Of The Air ForceStateCAPostedApr 07, 2026, 12:00 AM UTCDueApr 22, 2026, 05:00 PM UTCCloses in 15 days

Presolicitation from DEPT OF THE AIR FORCE • DEPT OF DEFENSE. Place of performance: CA. Response deadline: Apr 22, 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: FA468626FIREREPORTINGSYSTEM. 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
$33,306,666
Sector total $51,860,703,287 • Share 0.1%
Live
Median
$107,130
P10–P90
$85,336$128,924
Volatility
Moderate41%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
0.1%
share
Momentum (last 3 vs prior 3 buckets)
+71%($8,717,001)
Deal sizing
$107,130 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 CA
Live POP
Place of performance
Arboga, California • 95903 United States
State: CA
Contracting office
Beale Afb, CA • 95903-1702 USA

Applicable Wage Determinations

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

WD Directory →
Best fit for this contractDavis-Bacon
CA20260007 (Rev 3)
Match signal: state matchOpen WD
Published Jan 23, 2026California • Alpine, Amador, Butte +21
Rate
Asbestos Workers/Insulator (Includes the application of all insulating materials, Protective Coverings, Coatings, and Finishes to all types of mechanical systems) Area 1
Base $84.76Fringe $25.07
Rate
Area 2
Base $64.56Fringe $25.07
+247 more occupation rates available in the full WD.
View more for this contract
3 more WD matches and 247 more rate previews.
Davis-BaconBest fitstate match
CA20260007 (Rev 3)
Open WD
Published Jan 23, 2026California • Alpine, Amador, Butte +21
Rate
Asbestos Workers/Insulator (Includes the application of all insulating materials, Protective Coverings, Coatings, and Finishes to all types of mechanical systems) Area 1
Base $84.76Fringe $25.07
Rate
Area 2
Base $64.56Fringe $25.07
Rate
handler (Includes preparation, wetting, stripping, removal, scrapping, vacuuming, bagging and disposing of all insulation materials from mechanical systems, whether they contain asbestos or not) AREA 1
Base $35.31Fringe $12.75
+246 more occupation rates in this WD
Davis-Baconstate match
CA20260012 (Rev 2)
Open WD
Published Jan 23, 2026California • San Luis Obispo
Rate
Asbestos Workers/Insulator (Includes the application of all insulating materials, protective coverings, coatings, and finishes to all types of mechanical systems)
Base $56.32Fringe $26.52
Rate
Fire Stop Technician (Application of Firestopping Materials for wall openings and penetrations in walls, floors, ceilings and curtain walls)
Base $39.94Fringe $20.65
Rate
terial handler (Includes preparation, wetting, stripping, removal, scrapping, vacuuming, bagging and disposing of all insulation materials from mechanical systems, whether they contain asbestos or not)
Base $23.52Fringe $13.37
+128 more occupation rates in this WD
Davis-Baconstate match
CA20260015 (Rev 2)
Open WD
Published Jan 23, 2026California • Ventura
Rate
Asbestos Workers/Insulator (Includes the application of all insulating materials, protective coverings, coatings, and finishes to all types of mechanical systems)
Base $56.32Fringe $26.52
Rate
Fire Stop Technician (Application of Firestopping Materials for wall openings and penetrations in walls, floors, ceilings and curtain walls)
Base $39.94Fringe $20.65
Rate
terial handler (Includes preparation, wetting, stripping, removal, scrapping, vacuuming, bagging and disposing of all insulation materials from mechanical systems, whether they contain asbestos or not)
Base $23.52Fringe $13.37
+127 more occupation rates in this WD
Davis-Baconstate match
CA20260025 (Rev 2)
Open WD
Published Jan 23, 2026California • Riverside
Rate
Asbestos Workers/Insulator (Includes the application of all insulating materials, protective coverings, coatings, and finishes to all types of mechanical systems)
Base $56.32Fringe $26.52
Rate
Fire Stop Technician (Application of Firestopping Materials for wall openings and penetrations in walls, floors, ceilings and curtain walls)
Base $39.94Fringe $20.65
Rate
terial handler (Includes preparation, wetting, stripping, removal, scrapping, vacuuming, bagging and disposing of all insulation materials from mechanical systems, whether they contain asbestos or not)
Base $23.52Fringe $13.37
+123 more occupation rates in this WD

Point of Contact

Name
Teresa Romig
Email
teresa.romig@us.af.mil
Phone
5306343405
Name
SSgt JACOB DUDERSTADT
Email
jacob.duderstadt@us.af.mil
Phone
5306342485

Agency & Office

Department
DEPT OF DEFENSE
Agency
DEPT OF THE AIR FORCE
Subagency
AIR COMBAT COMMAND
Office
FA4686 9 CONS PK
Contracting Office Address
Beale Afb, CA
95903-1702 USA

More in NAICS 334290

Description

The 9th Contracting Squadron at Beale AFB, CA intends to award a sole-source contract to Monaco Enterprises, Inc. for the procurement and installation of a system upgrade to the Monaco D-21 Fire Alarm Reporting System. This upgrade is necessary to ensure enhanced system performance, reliability, and compliance with Department of Defense (DoD) cybersecurity requirements. The acquisition will use commercial item procedures under FAR Part 12.

This acquisition is being conducted under the authority of FAR 6.103-1 (Only One Responsible Source). The statutory authority for this sole-source procurement is 10 U.S.C. 3204(a)(1). A Class Justification and Approval (J&A) has been approved by the Air Force Civil Engineer Center (AFCEC) to support this sole-source action. In accordance with FAR 6.305, the J&A will be publicly available on SAM.gov within 14 days after the contract award.

Background: The Monaco D-21 Fire Reporting System is critical for life safety as it supports the Base Emergency Dispatch Center by receiving signals from facility alarm systems and enabling the dispatch of Fire and Police personnel. Due to the age of current system components, there is an increased risk of system failure and downtime. The required upgrade to D-21 V2 software will provide a more robust and reliable system, enabling continuous uptime, database archiving, and encrypted radio communications. The upgrade also ensures compliance with DoD cybersecurity requirements.

Scope of Work: Monaco Enterprises, Inc. will provide all necessary services, materials, and equipment to upgrade the D-21 Fire Alarm Reporting System at multiple locations on Beale AFB. This includes:

  • Replacing CPUs, servers, and peripheral hardware.
  • Upgrading software to D-21 V2 and configuring the system with the existing database.
  • Validating system performance, testing, and integration of the upgraded system.
  • Providing operator training and project documentation.
  • Delivering and installing spare equipment for future maintenance needs.
  • The contractor will ensure the new system is fully operational and meets all applicable Federal, State, and local laws and regulations.

Place of Performance: The work will be performed at the following locations:

  • Fire Station One, Bldg. 11051
  • Security Forces, Bldg. 25470
  • Alarm Shop, Comm Bldg. 2159

Sole-Source Justification: This acquisition is being conducted under the authority of FAR 6.103-1 (Only One Responsible Source). Monaco Enterprises, Inc. is the only responsible source capable of meeting the Government’s requirements due to the following:

  1. Monaco Enterprises, Inc. retains exclusive rights to the design, software, and hardware required for the D-21 Fire Alarm Reporting System.
  2. The upgrade must integrate seamlessly with the existing system and meet interoperability and cybersecurity requirements.
  3. The Air Force Civil Engineer Center (AFCEC) has standardized the use of Monaco systems across its installations.

The proprietary nature of the system and the AFCEC mandate necessitate this sole-source action.

Response Instructions: This notice of intent is NOT a request for quotations. However, interested parties may submit a capability statement to demonstrate their ability to fulfill this requirement. Capability statements must include clear and convincing evidence of the following:

  • Compatibility with the proprietary Monaco D-21 system.
  • Ability to meet the specific requirements outlined in the Statement of Work, including hardware, software, and cybersecurity compliance.

The Government will consider all responses received by the deadline. A determination by the Government not to compete this proposed contract action is solely at the discretion of the Government.

Disclaimer: This Presolicitation Notice does not constitute a solicitation or a commitment by the Government to award a contract. Responses to this notice are not offers and cannot be accepted by the Government to form a binding contract.

Files

Files size/type shown when available.

No public attachments surfaced yet. Some owner portals gate files behind registration, and BidPulsar keeps enriching the package as new public links appear.

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.