Naval Facilities Engineering Systems Command, Mid-Atlantic (NAVFAC MIDLANT), is issuing this Sources Sought Notice for market research purposes only. This notice does NOT constitute a request for proposal, quote, and/or invitation for bid. The purpose of this notice is to determine the availability of radio frequency fire alarm systems which meet the salient characteristics of Monaco Enterprises, Inc.
BACKGROUND:
NAVFAC MIDLANT is working on a Class Justification and Approval (J&A) for various projects at Naval Air Station Oceana, Virginia Beach, VA. This Class J&A would authorize the inclusion of brand-name specifications, under the authority of 10, U.S.C. 3204(a)(1) for fire alarm equipment by Monaco Enterprises, Inc. It is anticipated that the proposed Class J&A will cover various construction projects from 1 September 2025 to 31 December 2028.
The initial effort is the starting point and backbone for bringing the Installation fire alarm system up to current technology. Follow-on projects will install a Monaco brand transmitter at each specific building fire alarm system to transmit the signal via radio.
Technical specifications pertaining to the equipment/systems can be found at: https://monaco-inc.com/products/ by downloading their 2025 Monaco Products Catalog, which include cut sheets.
Based on internal Government research, the following was found to be sufficient preliminary rationale to permit other than full and open competition under the authority of 10, U.S.C. 3204(a)(1), Only One Responsible Source/Limited Number of Sources and No Other Type of Property or Services Will Satisfy the Needs of the Agency.
1. Maintain installation networked facilities control and monitoring system so that all transmitters can be upgraded from a central server versus a hybrid system composed of many different transmitters and associated configuration/programming software.
2. Avoid the significant operational burden and cost of having maintenance and engineering staff become proficient with the configuration, programming, commissioning, operation, and maintenance of transmitters from multiple manufacturers.
INSTRUCTIONS TO INTERESTED PARTIES:
Any vendor that wishes to provide an alternate source to the brand name above that is compatible with the above must provide a response with data supporting the claim to include Identification of the manufacturer’s name, address, and country of product manufacture; fully detailed specification sheets; narrative addressing how your product meets the equipment above. Responses shall be submitted electronically to Keith Logan, Contract Specialist, at keith.o.logan.civ@us.navy.mil no later than 2:00pm EDT on August 14, 2025. Hardcopy or facsimile submissions shall not be accepted or considered by the Government. Responses received after the deadline or without the required information shall not be considered by the Government.
Please note that this is not a Request for Proposal (RFP), a promise to contract, or a commitment of any kind on the part of the Government. There will be no debrief, evaluation letters, and/or results to be issued to interested parties that choose to respond. Information obtained from this Sources Sought Notice is for market research purposes to determine whether another companies’ similar products can meet, or be modified to meet, the Governments needs which will facilitate the decision making process. All information received in response to this Sources Sought Notice marked or designated as proprietary information will not be released outside the Government. The Government shall not reimburse or assume any cost incurred by interested parties that respond to this notice.