B216 Vindicator Motion Sensors
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
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 proposals for the B216 Vindicator Motion Sensors project at Shaw Air Force Base, SC. This Firm Fixed-Price contract requires the installation of two (2) additional Vindicator IDS Passive Infrared (PIR) motion detection devices to enhance security. This is a 100% Total Small Business Set-Aside, with a critical requirement for Honeywell Vindicator certified personnel. Proposals are due May 1, 2026, at 1400 EST.
Scope of Work
The contractor will provide all labor, supervision, and materials to install two (2) Vindicator IDS Passive Infrared (PIR) motion detection devices. This includes integrating the PIR devices into the existing Security Forces Headend IDS system, ensuring each PIR and all cabling junction/splice points have individual tamper programming. All Network/IDS cabling must be run in conduit. The project aims to expand the current Vindicator Intrusion Detection System (IDS) to provide total coverage of the main entrance.
Key Requirements & Eligibility
Offerors must demonstrate that their employees are qualified for installation, electrical and electronic troubleshooting, repair, testing, diagnostics, and proprietary programming of Vindicator-based annunciators and devices. Crucially, personnel must be certified by Honeywell Vindicator to work on their proprietary systems. All materials must be approved on the Non-Nuclear Configuration Management Database (CMD) dated April 29, 2024.
Contract Details & Timeline
- Contract Type: Firm Fixed Price
- Set-Aside: 100% Total Small Business Set-Aside (NAICS 561621, Size Standard $25M)
- Product Service Code: J063 (Maintenance, Repair, and Rebuilding of Equipment- Alarm, Signal, and Security Detection Systems)
- Period of Performance: 60 calendar days from award.
- Deliverables: System Documentation, including as-built drawings, equipment manuals, and final configuration settings.
- Key Dates:
- Base Access Request Submission: Friday, April 17, 2026, by close of business
- Site Visit: Tuesday, April 21, 2026, at 0900 EST
- Questions Due: Thursday, April 23, 2026, by 1400 EST
- Proposal Due Date: May 1, 2026, at 1400 EST
Evaluation Criteria
Award will be based on a Lowest Price Technically Acceptable (LPTA) methodology. Offerors must submit a written technical approach (maximum 5 pages) to demonstrate technical acceptability; failure to do so will result in an "unacceptable" rating. Price reasonableness will be determined through competition.
Important Notes
This acquisition is subject to the Service Contract Act, and bidders must review the provided Wage Determination (Revision No. 28, dated December 3, 2025, for Sumter County, SC) to ensure compliance with minimum wage and fringe benefit rates. Contractor employees will require criminal background checks for base access and must adhere to strict base regulations, including HAZMART coordination, waste disposal, fire prevention, and no-smoking policies. Payment will be made via Wide Area WorkFlow (WAWF).