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, through the Los Angeles Air Force Base Security Forces Squadron, is soliciting Firm-Fixed Price (FFP) quotes for Base Alarm Support Services. This Total Small Business Set-Aside opportunity requires maintenance and repair of alarm and CCTV systems, including network infrastructure, at Los Angeles Air Force Base (LAAFB) and other specified locations. Quotes are due April 02, 2026, at 12:00 PM PST.
Scope of Work
The contractor will provide comprehensive maintenance and repair services for existing base alarm, access control, and CCTV systems. This includes cleaning, scheduling, repairing, planning, and replacing components such as alarm systems (MDI enterprise 5000), access control readers (Genetec), workstations, and various surveillance equipment (BCD video archivers, NVRs, Network Switches, PTZ, stationary, 360-degree, LPR cameras). Services also encompass maintaining the base network backbone VPN, requiring network troubleshooting, testing, and IP configuration expertise for Fiber, CISCO switches, and media converters. The contractor must utilize network software for anomaly identification and correction, and maintain certifications for proprietary software/equipment. A minimum of two on-site employees with Secret security clearances is required, anticipating a full-time on-site technician model.
Contract Details
This is a Firm-Fixed Price (FFP) contract for services (CLIN X001 series), with materials (CLIN X002 series) procured on a Not-to-Exceed (NTE) basis. The base period of performance is 9 months (April 19, 2026 – January 18, 2027), with potential option periods. The acquisition is a 100% Total Small Business Set-Aside under NAICS Code 561621 (Security System Services, except Locksmiths) with a $25M size standard, and PSC 6350. Performance will occur at Los Angeles Air Force Base, Fort MacArthur, Pacific Crest, and Pacific Heights.
Submission Requirements
Quotes, not exceeding 10 pages, must include:
- Company Profile
- Capabilities/Relevant Experience
- Past Performance
- Contact Information
- Small Business Type, NAICS Code, CAGE Code, UEI Code
- Completed Pricing Spreadsheet (price only for CLIN X001; CLIN X002 is for parts) Offerors must submit both an unredacted and a redacted version (without company identification). Incomplete quotations may be ineligible for award.
Evaluation Factors
Award will be made to the responsible offeror whose quote is most advantageous to the Government, considering:
- Technical Capability: Evaluated as Acceptable/Unacceptable, requiring PWS certification compliance.
- Past Performance: Evaluated for relevance and quality (Substantial, Satisfactory, Limited, No Confidence, Neutral).
- Price: Evaluated for completeness and reasonableness. Technical Capability and Past Performance, when combined, are significantly more important than Price. A higher-rated past performance may be selected over a lower-priced quote if it offers better value.
Key Dates & Contacts
- Questions Due: March 18, 2026, 4:30 PM PST
- Quotes Due: April 02, 2026, 12:00 PM PST
- Primary Contact: Lt Dorian Maynard (dorian.maynard.1@spaceforce.mil)
- Secondary Contact: SSgt Victor Mendoza (victor.mendoza.4@spaceforce.mil)