Opportunity

SAM #FA483026Q0027

Annual Maintenance and Support for ATI Giant Voice Emergency Mass Notification System at Moody AFB

Buyer

443rd Airlift Wing

Posted

May 08, 2026

Respond By

May 18, 2026

Identifier

FA483026Q0027

NAICS

811210, 561210

The U.S. Air Force at Moody Air Force Base, Georgia, is seeking a contractor to provide comprehensive annual maintenance and sustainment services for its Emergency Mass Notification System (EMNS), known as the Giant Voice (GV) system. - Government Buyer: - U.S. Air Force, 23rd Civil Engineer Squadron (23 CS), 23d Contracting Squadron (23 CS/SCXP), and 23 CONS CC at Moody AFB - OEMs and Vendors: - ATI Systems (Acoustic Technology, Inc.) is referenced as the OEM for the Giant Voice system - Products/Services Requested: - Annual preventive maintenance inspection and repair of the Giant Voice EMNS, including: - Inspection and testing of 3 base station locations (Buildings 115, 457, 707) - Maintenance of 11 siren poles, power supplies, radios, and software upgrades - Diagnostic and functional testing, including siren sounding - Emergency and non-emergency on-site support and technical phone support (monthly) - Replacement of parts not under warranty (monthly) - Delivery of electronic reports for all inspections and maintenance actions - Unique or Notable Requirements: - Technicians must be experienced with ATI Giant Voice equipment and systems - All work must comply with OSHA safety standards and Moody AFB regulations - Contractor must provide prompt emergency call-out services - Annual inspections must be completed within 30 days of each period start - Firm-fixed-price contract with a base year and four one-year option periods - Place of Performance: - All work to be performed at Moody Air Force Base, Georgia, including specific buildings and siren pole sites

Description

This is a combined synopsis and solicitation for commercial service prepared in accordance with (IAW) format in Federal Acquisition Regulation (RFO) part 12, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested, and a separate written solicitation will not be issued

Requirement Title: Giant Voice System Maintenance

Solicitation Number: FA483026Q0027

Solicitation Issue Date: 8 May 2026

Response Deadline: 2:00PM EST on 18 May 2026

Point(s) of Contact: SSgt Tahj Fuller, SSgt Jonathan Andrews

Contracting Officer: SSgt Jonathan Andrews

Interested vendors are advised to review the attached Combined Synopsis/Solicitation, SF1449, and Statement of Work (SOW) for complete requirement details, submission instructions, and applicable terms and conditions

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:

3 base station locations and equipment: Command Post Alternate Command Post 23 CS/SCOTR Shop EMNS power supplies at each location. Perform diagnostic testing at each siren location, which includes performing a quiet test and inspecting the condition of each siren pole and antenna. Perform functional testing – Note: Sounding of the warning sirens is a necessary part of inspection procedures, to include public address and ATHOC. Note: Moody Command Post must have previously obtained approval to sound the sirens in advance of technicians arriving on base. Perform diagnostic tests REACT 5000 and associated computers. Ensure latest software upgrades are included and installed on each computer throughout the year. All EMNS poles and Sirens (Quantity 11) Verify proper grounding at all siren sites. Inspect interior and exterior of cabinet for corrosion. Ensure inside of cabinet is clean and dry. Load-test all batteries installed in siren battery cabinets to ensure they measure at least 25 volts DC at the RTU’s main circuit board. Check charger’s DC voltage located on main circuit board voltage should measure approximately 30 volts DC. Ensure all wires and circuit connections are secure and seated firmly. Ensure speakers are free of animals and nesting materials. Inspection of all radios installed within each siren control cabinet, its antenna and associated antenna cable, and all base station equipment. Verify proper grounding at all sites. Inspection of all radios installed within each siren control cabinet, its antenna and associated antenna cable, and all base station equipment. Provide an emergency call-out within 24 hours and all non-emergency calls within 5 duty days. Routine issues are deemed less urgent, and a response within five duty days is acceptable for these cases. The vendor is expected to respond promptly to emergency requests, particularly during extreme weather conditions. For emergency issues that cannot be resolved over the phone and when the local technician is unavailable, the response time may be extended to 48-72 hours. In such cases, the Contractor shall dispatch a field service representative.

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 a qualified trained technician with experience working with ATI Giant Voice (GV) equipment and systems.

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 Solicitation request should reference "Giant Voice System Maintenance - Moody AFB"

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 Giant Voice System Solicitation.”  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 Solicitation to jonathan.andrews.4@us.af.mil and tahj.fuller@us.af.mil no later than Thursday, 14 May 2026 at 3:00 PM EST

View original listing