Loading...
FA4830GVSM
Response Deadline
Apr 14, 2026, 6:00 PM(EDT)7 days
Eligibility
Contract Type
Sources Sought
This is for market research purposes ONLY and no award is guaranteed as a result of this sources sought.
This is NOT a request for competitive proposals and is published for informational purposes only; however, all responsible sources must submit a capability statement, which shall be considered by the Government
SCOPE
Moody AFB is seeking sources capable of providing the maintenance and sustainment of Emergency Mass Notification System (EMNS) Giant Voice (GV). The work entailed will provide for properly provisioning a preventive maintenance schedule and actions to ensure the serviceability of the system.
OBJECTIVES
Conduct one annual Preventive Maintenance Inspections and system upgrades at Moody AFB. All visits shall be accomplished by technicians proficient in the type of work for inspecting and testing the entire EMNS system consisting of the following:
DELIVERABLES
Provide test and measurement data for all work accomplished during each inspection visit. Contractor shall submit reports electronically to the 23 CS within five (5) calendar days of work completion. Reports shall be available in electronic format that is Microsoft Word, Microsoft Excel or Adobe PDF compatible.
ANNUAL INSPECTION AND ROUTINE CARE
Contractor shall begin the annual inspection with a customer meeting to review the siren system service log and overall performance of the system over the past year. After completion of the preventative maintenance inspection (PMI), the contractor shall produce the results of the PMI report on the condition of all inspected areas.
PERSONNEL QUALIFICATIONS
Site POC, and respective alternate(s) shall be able to read, write, speak, and understand English. Site POC or respective alternate(s) are required to be an ATI certified and trained technician.
SAFETY
The Contractor shall observe all Safety, Security, Traffic and Fire regulations presently enforced at Moody Air Force Base. Contractors shall comply with the OSHA (OSHA, Public Law 91-596) and the resulting standards, OSHA Standards 29 CFR 1910 and 1926. The detailed provisions of the act for accident prevention are directly applicable to all Contractor operations. Prime Contractors are also responsible for ensuring any sub-contractors also adhere to OSHA Guidance. OSHA compliance officers can visit Contractor worksites on the installation.
Responses to this Sources Sought request should reference "Giant Voice System Maintenance - Moody AFB" and shall include the following information in this format:
1. Company name, address, point of contact, phone number, and email address.
2. Unique Entity ID, Contractor and Government Entity (CAGE) Code, GSA contract number, if applicable.
3. Size of business - TBD
4. Capability statement displaying the contractor's ability to provide the products or services, to include past performance information. If past performance is provided, please include only relevant past performance on the same/similar work within the last 5 years. Please also include in past performance information the contract numbers, dollar value, and period of performance for each contract referenced in the response to this Sources Sought.
Any information submitted by respondents to this sources sought is voluntary. This sources sought notice is not to be construed as a commitment by the Government, nor will the Government reimburse any costs associated with the submission of information in response to this notice. Respondents will not be individually notified of the results of any government assessments. The Government’s assessment of the capability statements received may factor into whether any forthcoming solicitation will be conducted as a full and open competition or as a set-aside for small business, or any particular small business program.
Small businesses with only partial capabilities of this requirement are encouraged to submit their capabilities statement demonstrating the portion of the requirement they are capable of providing/performing. This information will allow the Government to identify areas of possible breakout or possible subcontracting opportunities.
CAPABILITIES STATEMENT: All interested vendors should submit a capabilities statement that explicitly demonstrates their capability to provide/perform the requirement stated in this notice. The capabilities statement should be brief and concise, yet clearly demonstrate an ability to meet the stated requirement. The response must not exceed 10 pages.
Responses must be submitted electronically to the following e-mail addresses: jonathan.andrews.4@us.af.mil and tahj.fuller@us.af.mil. All correspondence sent via email should contain a subject line that reads “Response to Moody AFB Grounds Giant Voice System Sources Sought.” If this subject line is not included, the e-mail may not get through e-mail filters at Moody AFB. Filters are designed to delete emails without a subject or with a suspicious subject or attachment. Attachments with files ending in .zip or .exe are not allowable and may be deleted. Ensure only .pdf, .doc, .docx, .xsls, or .xls documents are attached to your email. All other attachment types may be deleted.
Direct all questions concerning this Sources Sought to jonathan.andrews.4@us.af.mil and tahj.fuller@us.af.mil no later than Monday, 14 April 2026 at 1400 PM EDT
DEPT OF DEFENSE
DEPT OF THE AIR FORCE
AIR COMBAT COMMAND
FA4830 23 CONS CC
FA4830 23 CONS CC
ADMIN ONLY NO REQTN CP 229 257 2737
4380 B ALABAMA RD BLDG 932
MOODY AFB, GA, 31699-1700
NAICS
Electronic and Precision Equipment Repair and Maintenance
PSC
MAINT/REPAIR/REBUILD OF EQUIPMENT- ELECTRICAL AND ELECTRONIC EQUIPMENT COMPONENTS