Closed Solicitation · DEPT OF DEFENSE

    183 CES REPAIR BASE FIRE ALARM SYSTEM

    Sol. DCFT172008PREPresolicitationSet-aside: Total Small Business Set-Aside (FAR 19.5)SPRINGFIELD, IL
    Closed
    STATUS
    Closed
    POSTED
    Apr 28, 2026
    Publication date
    NAICS CODE
    238990
    Primary industry classification
    PSC CODE
    Y1JZ
    Product & service classification

    AI Summary

    The 183d Wing, Illinois Air National Guard, is seeking bids for a contract to repair and install a centralized fire alarm system at their base in Springfield, IL. This project is set aside for small businesses and requires compliance with specific military standards. Bids are tentatively due in late May 2026.

    Contract details

    Solicitation No.
    DCFT172008PRE
    Notice Type
    Presolicitation
    Set-Aside
    Total Small Business Set-Aside (FAR 19.5)
    Posted Date
    April 28, 2026
    Response Deadline
    NAICS Code
    238990AI guide
    PSC / Class Code
    Y1JZ
    Primary Contact
    Alicia C. Braun
    State
    IL
    ZIP Code
    62707-5003
    AI Product/Service
    service

    Description

    The 183d Wing, Illinois Air National Guard (ANG), intends to issue an Invitation for Bid to award a single firm fixed-price contract for services, non-personal, to provide all plant, labor, transportation, materials, tools, equipment, appliances and supervision necessary for CES Repair Base Fire Alarm in Springfield, IL (Sangamon County). The base does not currently have a centralized base-wide fire alarm control system in accordance with Unified Facilities Criteria (UFC) 3-600-1 and ANG Engineering Technical Letter (ETL) 15-01-03 standards. Work of this contract comprises providing all materials, tools, equipment, and labor necessary to provide a centralized base-wide fire alarm control system and provide modifications to existing fire alarm panels across all locations throughout the 183d Wing.  This project will integrate into the Mass Notification Warning System (MNWS) and create the necessary redundancy needed in the event of primary system failure. This project shall be accomplished as required to meet current codes and Department of the Air Force Instruction (DAFI) requirements.
    The contract duration is 180 days after the notice to proceed (NTP). This project is set aside 100% for Small Business. The North American Industry Classification System (NAICS) Code is 238990, with a size standard of $19,000,000. The magnitude of construction is between $500,000 and $1,000,000.

    The tentative date for issuing the solicitation is early-mid May 2026. The tentative date for the pre-bid conference is mid May 2026, location and time will be in solicitation. Interested contractors are highly encouraged to attend and shall follow site visit registration and base access requirements shown in the solicitation. A site visit will follow the pre-bid conference.  All questions for the pre-bid conference must be submitted not later than (NLT) the date listed in the solicitation via email to Capt Alicia Braun at Alicia.Braun@us.af.mil and MSgt Amanda Brenizer at Amanda.Brenizer@us.af.mil. 

    The date of when bids are due is scheduled tentatively around late May 2026. Actual dates and times will be identified in the solicitation. Interested bidders must be registered in SAM. To register go to: https://SAM.gov.  Instructions for registering are on the web page (there is no fee for registration). The solicitation and associated information and the plans and specifications will be available only from the Contract Opportunities website online at https://SAM.gov. Contract Opportunities is a web-based dissemination tool designed to safeguard acquisition-related information for all Federal agencies. Interested bidders must register with Contract Opportunities before accessing the system. (Please note the registration for access to the secure site takes approximately 15 business days. PLAN ACCORDINGLY. 

    Your attention is directed to FAR CLAUSE 52.219-14 (e) (4) LIMITATIONS ON SUBCONTRACTING which states “By submission of an offer and execution of a contract, the Offeror /Contractor agrees that in performance of the contract for Construction by Special Trade Contractors, it will not pay more than 75 percent of the amount paid by the Government for contract performance, excluding the cost of materials, to subcontractors that are not similarly situated entities. Any work that a similarly situated entity subcontracts will count towards the prime contractor’s 75 percent subcontract amount that cannot be exceeded.” applies to this project.

    In accordance with RFO FAR 36.101-4, the following information is provided: 

    (a) The National Guard has no agency-specific policies or procedures, in addition to that outlined in part 43, that apply to definitization of equitable adjustments for change orders under construction contracts other than those described in DFARS 243.304 (CD 2026-O0034).

    (b) Data on the agency's past performance, for the prior 3 fiscal years, regarding the time required to definitize equitable adjustments for change orders under construction contracts (see part 43). Agencies must provide the data shown in the following table, or provide the address of an agency-specific, publicly accessible website containing this information.

    DISCLAIMER: The official plans and specifications are located on the official government webpage and the Government is not liable for information furnished by any other source. Amendments, if/when issued will be posted to https://SAM.gov for electronic downloading. This will normally be the only method of distributing amendments prior to closing; therefore, it is the offerors responsibility to check the website periodically for any amendments to the solicitation. Websites are occasionally inaccessible, due to various reasons. The Government is not responsible for any loss of Internet connectivity or for an offerors inability to access the documents posted on the referenced web pages. The Government will not issue paper copies. All inquiries must be in writing, preferably via email, to the persons specified in the solicitation. All answers will be provided in writing via posting to the web. Place of performance is 183d Wing, Illinois Air National Guard Base, Springfield, IL.


     

    Key dates

    1. April 28, 2026Posted Date

    AI search tags

    Frequently asked questions

    183 CES REPAIR BASE FIRE ALARM SYSTEM is a federal acquisition solicitation issued by DEPT OF DEFENSE. Review the full description, attachments, and submission requirements on SamSearch before the response deadline.

    SamSearch Platform

    Stop searching. Start winning.

    AI-powered intelligence for the right opportunities, the right leads, and the right time.