Fire Reporting System Upgrade
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 Department of the Air Force, 9th Contracting Squadron, has awarded a sole-source contract to Monaco Enterprises, Inc. for a Fire Reporting System Upgrade at Linda, CA. This award, published on May 8, 2026, ensures enhanced system performance, reliability, and compliance with Department of Defense (DoD) cybersecurity requirements for the Monaco D-21 Fire Alarm Reporting System.
Contract Details
- Awardee: Monaco Enterprises, Inc.
- Agency: DEPT OF THE AIR FORCE, 9th Contracting Squadron
- Product/Service: System upgrade to the Monaco D-21 Fire Alarm Reporting System (PSC 6350)
- Place of Performance: Linda, CA
- Award Type: Sole-source, Other Than Full and Open Competition
- Published Date: May 8, 2026
Justification for Award
This contract was awarded on an other than full and open competition basis under the authority of 10 U.S.C. 3204(a)(1) as implemented by FAR 6.302-1(a)(1), citing "Only One Responsible Source and No other Supplies or Services Will Satisfy Agency Requirements." A Justification and Approval (J&A) document further details the rationale, indicating an estimated contract cost for this initiative of $14.8 million, covering purchases through September 30, 2026. The primary justification is to reduce the total cost of ownership through system standardization, aiming to decrease training costs, improve mission performance, streamline repairs, and enhance overall sustainment.
Future Considerations
The J&A signals a strategic direction for future procurements in this area, suggesting that vendors offering the specified brand name panels or compatible "or equal" solutions may be considered in future solicitations under this standardization strategy. A previous 15-day notice posted on SAM.gov on June 1, 2021, did not yield any vendor interest or concerns.