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, specifically the Los Angeles Air Force Base (LAAFB) Security Forces Squadron, is soliciting proposals for Base Alarm Support Services. This 100% Small Business Set-Aside opportunity requires comprehensive maintenance and repair for alarm, access control, and CCTV systems across LAAFB, Fort MacArthur, Pacific Crest, and Pacific Heights. Quotes are due April 02, 2026, at 12:00 PM PST.
Scope of Work
The contractor will provide all necessary personnel (minimum two on-site, full-time), equipment, labor, tools, materials, supervision, and transportation for the maintenance and repair of existing base alarm and CCTV systems. This includes preventive maintenance, repair of malfunctioning devices, and small installations or relocations of alarm and surveillance equipment. Key systems include MDI enterprise 5000 (AECS/IDS), Genetec access control, BCD video archivers/directories, Network Video Recorders (NVRs), Network Switches (CISCO), various camera types (PTZ, stationary, 360-degree, LPR), UPS, monitors, infrareds, door contacts, proximity readers, and alarm panels. The scope also covers maintaining the VPN, network troubleshooting, IP configurations, and quarterly testing of the base alarm system's failover function. Contractor personnel must possess a Secret security clearance and relevant certifications (e.g., SAFEnet, Genetec).
Contract Details
This acquisition is for a Firm-Fixed Price (FFP) contract for services (CLIN X001) and Not-to-Exceed (NTE) for materials (CLIN X002). The base period of performance is 9 months, from April 19, 2026, to January 18, 2027, with potential option periods. The NAICS code is 561621, Security System Services (except Locksmiths), with a size standard of $25 million.
Submission Requirements
Quotes must not exceed 10 pages and should 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. Offerors must submit both an unredacted and a redacted version of their quote.
Evaluation Factors
Proposals will be evaluated on Technical Capability (Acceptable/Unacceptable), Past Performance, and Price. Technical Capability and Past Performance, when combined, are considered more important than Price. Technical acceptability requires meeting all certifications outlined in the Performance Work Statement (PWS).
Key Dates & Contacts
- Questions Due: March 18, 2026, at 4:30 PM PST
- Quotes Due: April 02, 2026, at 12:00 PM PST
- Primary Contact: Lt Dorian Maynard (dorian.maynard.1@spaceforce.mil)
- Secondary Contact: SSgt Victor Mendoza (victor.mendoza.4@spaceforce.mil)