B-2 Access Control Maintenance

SOL #: FA810126Q0005Solicitation

Overview

Buyer

DEPT OF DEFENSE
Dept Of The Air Force
FA8101 AFSC PZIOA
TINKER AFB, OK, 73145-9125, United States

Place of Performance

S Coffeyville, OK

NAICS

Security Systems Services (except Locksmiths) (561621)

PSC

Miscellaneous Alarm, Signal, And Security Detection Systems (6350)

Set Aside

No set aside specified

Timeline

1
Posted
Mar 12, 2026
2
Last Updated
Apr 2, 2026
3
Submission Deadline
Apr 3, 2026, 9:00 PM

Qualification Details

Fit reasons
  • NAICS alignment with historical contract wins in similar service areas.
  • Scope strongly matches core technical capabilities and delivery model.
Risks
  • Past performance thresholds may require one additional teaming partner.
  • Potential clarification needed on staffing minimums before bid/no-bid.
Next steps

Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.

Quick Summary

The Department of the Air Force is soliciting quotes for B-2 Access Control Maintenance services at Tinker Air Force Base, Oklahoma. This requirement involves providing all-inclusive maintenance and repair, including preventative maintenance, for the B-2 Weapon System Support Center's (WSSC) alarm system. The acquisition is issued as a Request for Quote (RFQ) under solicitation number FA810126Q0005. Quotations are due April 3, 2026, by 4:00 PM CST.

Scope of Work

The contractor shall provide all labor, hardware, software, local travel, transportation, and incidentals for technical support at Tinker AFB, OK. Key services include:

  • Performing preventative maintenance and repair on designated Access Control System (ACS) equipment.
  • Conducting two semi-annual preventive maintenance visits (PMIs).
  • Responding to up to 15 emergency service calls per 12-month period.
  • Delivering supplies, equipment, and training vouchers annually.
  • Providing one online certification course for Vindicator IDS, Vindicator Operator (VCC/SAW), and Vindicator ACS.
  • Supporting a 1-year, 15-incident Advanced Technical Support Agreement for emergency service calls.
  • Verifying operation of the IDS/ACS after repairs and providing reports within one week of visits.
  • Making written recommendations for system modifications and updating electronic drawings.
  • Technicians must be US Citizens and the contractor must establish a Quality Control Plan (QCP).

Contract Details

  • Contract Type: Firm Fixed Price (FFP) Purchase Order.
  • Period of Performance:
    • Base Year: April 15, 2026 – April 14, 2027
    • Option Year 1: April 15, 2027 – April 14, 2028
  • Set-Aside: UNRESTRICTED.
  • NAICS Code: 561621 (Security Systems Services), Size Standard: $25,000,000.00.
  • Product Service Code: 6350 (Miscellaneous Alarm, Signal, And Security Detection Systems).
  • Evaluation Factors: Technically Acceptable and Lowest Price.

Submission Requirements

  • Quotations Due: April 3, 2026, NLT 4:00 PM CST.
  • Submission Method: Emailed proposals only.
  • Content: Include company address, point of contact name, phone, email, company CAGE code, and SAM Unique Entity ID. Quote for each line item.
  • Format: Submit quotes in PDF format; Excel spreadsheets are not accepted. Review all attachments.
  • Payment: Payment requests and receiving reports are to be submitted electronically via Wide Area WorkFlow (WAWF).

Contact Information

People

Points of Contact

Anneli WalshPRIMARY
Michael ShandSECONDARY

Files

Files

Download
Download
Download
Download
Download
Download
Download

Versions

Version 3Viewing
Solicitation
Posted: Apr 2, 2026
Version 2
Solicitation
Posted: Mar 26, 2026
View
Version 1
Solicitation
Posted: Mar 12, 2026
View