MONACO Fire Alarm 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 U.S. Army is conducting market research for a potential MONACO Fire Alarm System Upgrade and Semi-Annual Preventative Maintenance and Inspection (PMI) Services at Fort Irwin, CA. This is a Total Small Business Set-Aside Sources Sought notice to identify qualified firms. Interested small businesses are invited to submit capability statements by April 2, 2026.
Scope of Work
The requirement involves upgrading the MONACO D-21 Fire Alarm System. This includes the installation of new D-21 CPUs, configuration of the existing D-21 database, installation of D-21 V2 and Windows 11 RMF-ready software, system programming, validation of system performance, and operator training. Additionally, the scope covers recurring semi-annual PMI services over a base year and four option years. Technicians performing these services must be OEM-authorized or certified by MONACO Enterprises for the D-21 system.
Contract & Timeline
- Type: Sources Sought (Market Research)
- Anticipated Duration: Base year + four (4) option years for services
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
- Anticipated NAICS: 561621, Security Systems Services (Size Standard: $25,000,000)
- Response Due: April 2, 2026, 11:59 PM Eastern Time
- Published: April 1, 2026
Submission & Evaluation
This notice is for information and planning purposes only and does not constitute a solicitation. No contract will be awarded based on this notice. The government is seeking responses from at least two qualified small businesses to determine industry capabilities and potential for a small business set-aside. Interested parties must submit a capabilities statement, not exceeding five (5) pages, via email to LC Thames at l.c.thames.civ@army.mil. Telephone inquiries will not be accepted.
Capabilities statements should include: firm name, contact information, UEI, CAGE code, small business status, interest as a prime contractor, information on subcontracting/joint ventures/teaming, detailed previous experience on similar requirements (size, scope, complexity, timeframe, certifications), commercial availability details (pricing, delivery, terms, warranties), recommendations for structuring contract requirements to facilitate small business competition, identification of factors that may restrict competition, and recommendations to improve the draft Performance Work Statement (PWS). The draft PWS contains Controlled Unclassified Information (CUI) and can be requested from the Contracting Officer.