Base Alarm Services - Los Angeles Air Force Base

SOL #: FA2816Q0002Combined Synopsis/Solicitation

Overview

Buyer

DEPT OF DEFENSE
Dept Of The Air Force
FA2816 SMC PK PKO
EL SEGUNDO, CA, 90245-2808, United States

Place of Performance

El Segundo, CA

NAICS

Security Systems Services (except Locksmiths) (561621)

PSC

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

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)

Timeline

1
Posted
Mar 10, 2026
2
Last Updated
Mar 27, 2026
3
Submission Deadline
Mar 26, 2026, 7:00 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, specifically the FA2816 SMC PK PKO office, is soliciting proposals for Base Alarm Services at Los Angeles Air Force Base (LAAFB) and its associated locations. This requirement is for comprehensive maintenance and repair of alarm, access control, and CCTV systems. This is a 100% Total Small Business Set-Aside. Quotes are due March 26, 2026, at 12:00 PM PST.

Scope of Work

The contractor will provide maintenance and repair services for Base Alarm, Access Control, and Network Surveillance Systems across LAAFB, Fort MacArthur, Pacific Crest, and Pacific Heights. This includes cleaning, scheduling, repairing, planning, and replacing alarm systems, access control readers, workstations, and various surveillance equipment. Services also encompass maintaining the VPN, network troubleshooting, and configuring IP for surveillance equipment components such as Fiber, CISCO switches, Network Video Recorders (NVRs), media converters, and License Plate Recognition (LPR) technology. The requirement anticipates a full-time on-site technician, with a minimum of two employees, all requiring a Secret security clearance. Key systems include MDI enterprise 5000 (AECS/IDS), Genetec (access control), and BCD video archivers (CCTV/NVR). A four-hour onsite response is required for service calls, and preventive maintenance must be completed by the last working day of the month. Quarterly automated backups are also required.

Contract Details

This acquisition is for a Firm-Fixed Price (FFP) contract for services (CLIN X001 series), with Not-to-Exceed (NTE) pricing for materials (CLIN X002 series). The NAICS Code is 561621 (Security System Services, except Locksmiths) with a $25M size standard. The Product Service Code is 6350. The base period of performance is 9 months (April 19, 2026 – January 18, 2027), with multiple option periods. The government will provide funding for parts, and all costs associated with repair/replacement of Government Furnished Property (GFP) are the government's responsibility.

Submission Requirements

Quotes 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. Offerors must submit both an unredacted and a redacted version of their quote. A completed provision at FAR 52.212-3 is also required.

Evaluation Criteria

Award will be made to the responsible Offeror whose quote is most advantageous to the Government, considering:

  1. Technical Capability: Rated Acceptable/Unacceptable. Offerors must meet all PWS certification requirements.
  2. Past Performance: Evaluated for relevance and quality (Substantial, Satisfactory, Limited, No Confidence, Neutral).
  3. Price: Evaluated for completeness and reasonableness. Technical Capability and Past Performance, when combined, are more important than Price. A higher Past Performance rating may be selected over a lower-priced quote if it provides better value.

Key Clarifications & Amendments

Amendment 1 updated the 1449 document and attached Q&A sets. Key clarifications include the removal of Time-and-Materials (T&M) clauses, confirmation of FFP for services and NTE for materials, and a detailed 9-month base Period of Performance. The HUBZone Price Evaluation Preference clause will be deleted.

Points of Contact

All questions (due by March 18, 2026, 4:30 PM PST) and quotes (due by March 26, 2026, 12:00 PM PST) must be emailed to Lt Dorian Maynard (dorian.maynard.1@spaceforce.mil), with SSgt Victor Mendoza (victor.mendoza.4@spaceforce.mil) courtesy copied.

People

Points of Contact

Files

Files

Download
Download

Versions

Version 6
Combined Synopsis/Solicitation
Posted: Mar 27, 2026
View
Version 5
Combined Synopsis/Solicitation
Posted: Mar 26, 2026
View
Version 4
Combined Synopsis/Solicitation
Posted: Mar 25, 2026
View
Version 3Viewing
Combined Synopsis/Solicitation
Posted: Mar 24, 2026
Version 2
Combined Synopsis/Solicitation
Posted: Mar 12, 2026
View
Version 1
Combined Synopsis/Solicitation
Posted: Mar 10, 2026
View
Base Alarm Services - Los Angeles Air Force Base | GovScope