Search Contract Opportunities

Intent to Sole Source - Siemens Fire and Security Alarm Monitoring

ID: WX04106Y2025T • Type: Special Notice • Match:  85%
Opportunity Assistant

Hello! Please let me know your questions about this opportunity. I will answer based on the available opportunity documents.

Please sign-in to link federal registration and award history to assistant. Sign in to upload a capability statement or catalogue for your company

Some suggestions:
Please summarize the work to be completed under this opportunity
Draft a response outline indicating that my company is also capable of performing this sole source work
Do the documents mention an incumbent contractor?
Does this contract have any security clearance requirements?
I'd like to anonymously submit a question to the procurement officer(s)
Loading

Description

The Federal Emergency Management Agency intends to negotiate on a sole source basis (IAW FAR 13) with Siemens Industry, Inc., 1000 Deerfield Parkway, Buffalo Grove, IL 60089, as the only responsible source that can provide fire and security alarm monitoring services at the Center for Domestic Preparedness (CDP) located in Anniston, AL.

Siemens Industry, Inc. is the sole vendor capable of meeting CDP's unique training requirements. Fire and Security alarm systems were installed by Siemens in 2004 and the systems software/operating systems are proprietary. Based on the above information, the only organization known which can provide technically acceptable services is Siemens Industry, Inc.

The objective is to make certain our system is operating properly 24-hours a day, 7 days a week and that our system is in full compliance with local and national requirements, and to reduce false alarms and help minimize system downtime and costly repairs.

1. Complete fire alarm system testing and inspection per National Fire Protection Administration (NFP A) 72

2. Smoke detector sensitivity testing

3. System configuration audit and report4. Life safety logbook

4. Life safety logbook

5. Written reports of all services performed

6. 24/7 telephone access and support

7. 24/7 service response based on individual service calls

8. 24/7 system operator/employee support

The control panel models include but are not necessarily limited to the following:

Siemens Model XLS-MLE6-ADPT

Siemens Model BB-55

Siemens Model MKB-2

Siemens Model MBR-3MP

Siemens Model EN-PAD

The period of performance will be for one (1) year from the date of award, with the potential of four (4) one-year option periods for renewal at the discretion of the Government.

This acquisition is being conducted under simplified acquisition procedures (IAW FAR 13). There are no set-aside restrictions for this requirement. The intended procurement will be classified under North American Industry Classification System (NAICS) 561621 Security Systems Services (except Locksmiths) with a Small Business Size Standard of $25.0 million.

This notice of intent is not a request for competitive proposals and no solicitation document exists for this requirement. However, parties interested in responding to this notice will need to submit technical data, sufficient to determine capability in providing the same services. All capability statements received within five (5) days after publication of this synopsis will be considered by the Government. A determination by the Government not to compete based on responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement.

Capability statements shall be submitted by email only as a MS Word or Adobe PDF attachment to Justin Burger at justin.burger@fema.dhs.gov. Statements are due by 4:00 PM EDT, July 22, 2025. No phone calls or faxed statements will be accepted.

Overview

Response Deadline
July 22, 2025, 4:00 p.m. EDT Past Due
Posted
July 18, 2025, 11:51 a.m. EDT
Set Aside
None
Place of Performance
Anniston, AL 36205 United States
Source

Current SBA Size Standard
$25 Million
Pricing
Likely Fixed Price
Est. Level of Competition
Sole Source
On 7/18/25 National Preparedness and Response Section issued Special Notice WX04106Y2025T for Intent to Sole Source - Siemens Fire and Security Alarm Monitoring due 7/22/25.
Primary Contact
Name
Justin Burger   Profile
Phone
None

Secondary Contact

Name
Gary Patrick Topper   Profile
Phone
None

Documents

Posted documents for Special Notice WX04106Y2025T

Question & Answer

The AI Q&A Assistant has moved to the bottom right of the page

Contract Awards

Prime contracts awarded through Special Notice WX04106Y2025T

Incumbent or Similar Awards

Contracts Similar to Special Notice WX04106Y2025T

Potential Bidders and Partners

Awardees that have won contracts similar to Special Notice WX04106Y2025T

Similar Active Opportunities

Open contract opportunities similar to Special Notice WX04106Y2025T

Additional Details

Source Agency Hierarchy
HOMELAND SECURITY, DEPARTMENT OF > FEDERAL EMERGENCY MANAGEMENT AGENCY > PREPAREDNESS SECTION(PRE20)
FPDS Organization Code
7022-APNE
Source Organization Code
100186634
Last Updated
Aug. 6, 2025
Last Updated By
justin.burger@fema.dhs.gov
Archive Date
Aug. 6, 2025