Base Alarm Services - Los Angeles Air Force Base
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, SMC PK PKO, is soliciting proposals for Base Alarm Services at Los Angeles Air Force Base (LAAFB) and other specified locations. This requirement is for the maintenance and repair of base alarm, access control, and CCTV systems. This acquisition is a Total Small Business Set-Aside. Proposals are due April 02, 2026, at 12:00 PM PST.
Scope of Work
The contractor will provide comprehensive services including maintenance, repair, cleaning, scheduling, planning, and replacement of various security systems. This encompasses base alarm systems (MDI enterprise 5000), access control (Genetec), and CCTV systems (BCD video archivers, NVRs, various cameras including PTZ, LPR). Services also include maintaining the VPN, network troubleshooting, and IP configuration for surveillance and alarm components (Fiber, Cisco switches, media converters). The PWS requires a minimum of two full-time on-site technicians, with a 4-hour onsite response for service calls, especially for Special Access Areas (SCIFs). Quarterly testing of fail-over functions and automated backups is required, along with monthly status reports and annual training for Security Forces personnel.
Contract Details
- Solicitation Number: FA2816Q0002 (FA281626Q00020002)
- Type: Firm-Fixed Price (FFP) for services (CLIN X001 series) and Not-to-Exceed (NTE) for materials (CLIN X002 series).
- Duration: Base period of 9 months (April 19, 2026 – January 18, 2027) plus multiple option periods, not to exceed 57 months total.
- Set-Aside: Total Small Business Set-Aside (100%).
- NAICS Code: 561621, Security System Services (except Locksmiths), Size Standard: $25M.
- PSC: 6350, Miscellaneous Alarm, Signal, And Security Detection Systems.
- Place of Performance: Los Angeles Air Force Base, Fort MacArthur, Pacific Crest, and Pacific Heights.
Submission & Evaluation
Offers must not exceed 10 pages and include a Company Profile, Capabilities/Relevant Experience, Past Performance, Contact Information, Small Business Type, NAICS Code, CAGE Code, UEI Code, and a completed Pricing Spreadsheet. Quotes must be submitted in both unredacted and redacted versions. Evaluation factors are:
- Technical Capability: Acceptable/Unacceptable, requiring all PWS certifications.
- Past Performance: Evaluated for relevance and quality (Substantial to No Confidence).
- Price: Evaluated for completeness and reasonableness. Weighting: Technical Capability and Past Performance, when combined, are significantly more important than Price. The Government may select a higher-rated Past Performance quotation over a lower-priced one if it offers better value.
Key Clarifications & Amendments
Amendment 2 extended the proposal due date to April 02, 2026, and updated the PWS with section 4.8 "Additional Info." Q&A documents clarified that service CLINs are FFP and material CLINs are NTE, with T&M clauses to be removed. Mandatory Secret security clearances for contractor personnel and a full-time on-site service model were also confirmed. The HUBZone Price Evaluation Preference clause will be deleted.
Deadlines & Contacts
- Questions Due: March 18, 2026, at 4:30 PM PST (Past).
- Proposals Due: April 02, 2026, at 12:00 PM PST.
- Primary Contact: Lt Dorian Maynard (dorian.maynard.1@spaceforce.mil, 3106535379).
- Secondary Contact: SSgt Victor Mendoza (victor.mendoza.4@spaceforce.mil, 3106532936).