Opportunity
SAM #SS-FIN-26-0025
Sole Source Fire Alarm Control Panel Replacement at FinCEN Facility, Vienna, VA
Financial Crimes Enforcement Network (FinCEN)
March 25, 2026
April 06, 2026
SS-FIN-26-0025
238210
This opportunity involves the planned sole source procurement for fire alarm system upgrades at the FinCEN facility in Vienna, VA. - The Treasury Common Services Center (TCSC), on behalf of FinCEN, will contract for removal and replacement of three fire alarm control panels. - The work must be performed by ArchKey/MONA (Mona Electric Group, Inc.), the GSA-designated contractor for the facility. - The new system will use a Gamewell/FCI S3 addressable fire alarm control panel, networked to the base building system. - Scope includes all labor, materials, programming, permits, submittals, pre-testing, inspections, and coordination with the Authority Having Jurisdiction. - An optional alternate is the installation of a remote LCD annunciator in the 3rd Floor Escort/Security Room 331. - Procurement is under FAR 12.102(a) as a single source solicitation, not set aside for small businesses. - The period of performance is a 12-month base period. - Place of performance is the FinCEN facility at 2070 Chain Bridge Road, Vienna, VA 22182. - Contracting office is at 200 Third Street, Parkersburg, WV 26101.
Description
Intent to Sole Source
SS-FIN-26-0025
The Treasury Common Services Center (TCSC) on behalf of the Financial Crimes Enforcement Network (FinCEN) located at 2070 Chain Bridge Road, Vienna, VA 22182, intends to award a sole source contract under the Simplified Acquisition Procedures (SAP) to ArchKey/MONA (Mona Electric Group, Inc.), Clinton, Maryland.
The facility at 2070 Chain Bridge Road is owned and managed by the General Services Administration (GSA). The fire alarm system is part of the base building life safety infrastructure. GSA requires that all work interfacing with or modifying the base building fire alarm system be performed by the designated and authorized fire alarm contractor for the building. ArchKey/MONA (Mona Electric Group, Inc.) is the authorized and designated contractor for this facility.
Because the new fire alarm control panel must be networked and integrated into the base building system, only ArchKey/MONA is authorized to perform this work. No other contractor is authorized by GSA to modify or integrate with the base building fire alarm system at this facility.
This requirement is conducted pursuant to FAR 12.102 (a), Soliciting from a Single Source if the circumstances of the award action deem only one source reasonably available. The anticipated contract value is under the Simplified Acquisition Threshold (SAT). Therefore, this requirement will NOT be set aside for small businesses.
FinCEN requires removal and replacement of three (3) existing fire alarm control panels located on the second floor in NOC (GSA) Room 2953, Open Area Room 2043, and Switch Room 2069.
The existing panels will be replaced with one (1) Gamewell/FCI S3 addressable fire alarm control panel networked to the base building fire alarm system. The new panel will assume control of:
NOC (GSA) Rooms 2953 and 2054 Switch Rooms 2068 and 2069 Battery Room 2067
The existing sequence of operations and audio/visual coverage will remain unchanged. Work includes all labor, materials, programming, trade permits, fire alarm submittals, system pre-testing, inspections, and coordination with the Authority Having Jurisdiction (AHJ). An optional alternate includes installation of a remote LCD annunciator on the 3rd Floor Escort/Security Room 331.
NAICS: 238210 – Small Business Administration Size Standard $19M PSC: Y1AZ Construction of Other Administrative Facilities and Service Buildings.
The period of performance for this award is anticipated to be one 12-month Base Period.
NO SOLICITATION IS AVAILABLE. A request for more information, or a copy of the solicitation, will not be considered an affirmative response to this Special Notice. Telephone responses or inquiries to this Special Notice will not be accepted.
Responsible sources may submit a capability statement, proposal, or quotation, which may be considered by the agency. TCSC will consider responses received by Monday, April 06, 2026, by 10:00 am Eastern Standard Time. Responses shall be submitted electronically to purchasing@fiscal.treasury.gov, SS-FIN-26-0025 /Attn: JRoberts and TAshcroft. Responses must include sufficient evidence that clearly shows your company can provide the requirements described in this notice. Responses received will be evaluated; however, a determination by the Government not to compete the proposed procurement based upon responses to this notice is solely within the discretion of the Government. If no written response is received by the deadline that clearly demonstrates an ability to meet all requirements, and that is more advantageous to the Government, TCSC will make award on a sole source basis to ArchKey – MONA (MONA Electric Group, Inc.).
Qualified Contractors must provide the following:
1. The name and location of your company, contact information, and business size (Small Business, Small Disadvantaged Business, 8(a), Service-Disabled Veteran Owned Small Business, HUBZone, Women Owned Small Business, Other than Small Business, etc.). Please ensure contact information includes the name of the point of contact, email address, and telephone number, should the Government have questions regarding individual responses.
2. UEI Number.
3. Specific details of the product(s) that your company offers regarding this notice.
4. Whether your content is available through a Government contract vehicle or Open Market.
5. A brief capabilities statement (not to exceed 5 pages) that includes a description of your company's standard line of business, as well as a list of customers to whom your company currently provides the specific required content.
The following file extensions are not allowable, and application materials/data submitted with these extensions cannot be considered:
.b64, .bat, .bhx .cab, .chm, .cmd, .com, .cpl, .dot, .dotx, .exe, .hqx, .hta, Media, .mhtml, mht,.mim, .mp3, .mp4, .one, .pif, .rar, .scr, .vbs, .uu, .uue, .vbs, .wsf, xxe,.wmv, html, mhtml, and .zip files
Microsoft Office non-macro enabled compatible documents and .PDF documents are acceptable.
No other information regarding this Special Notice will be provided at this time.