Bldg. 602 Access Control System (ACS)

SOL #: FA480026Q0024Combined Synopsis/Solicitation

Overview

Buyer

DEPT OF DEFENSE
Dept Of The Air Force
FA4800 633 CONS PKP
LANGLEY AFB, VA, 23665, United States

Place of Performance

Hampton, VA

NAICS

Security Systems Services (except Locksmiths) (561621)

PSC

Maintenance, Repair And Rebuilding Of Equipment: Alarm, Signal, And Security Detection Systems (J063)

Set Aside

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

Timeline

1
Posted
Sep 5, 2025
2
Last Updated
Mar 20, 2026
3
Submission Deadline
Mar 25, 2026, 4:00 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 is soliciting proposals for the installation, configuration, and maintenance of a new Common Access Card (CAC)/Personal Identity Verification (PIV) card Access Control System (ACS) for ACC A589S, Building 602, at Langley Air Force Base, Hampton, VA. This opportunity is a Total Small Business Set-Aside.

Scope of Work

The contractor shall provide all management, transportation, tools, supplies, equipment, training, and labor. The scope includes:

  • ACS Procurement and Installation: Installation of a complete Lenel Head End ACS system, including electrical work by a certified electrician, system programming, and installation of various access control components (electromagnetic locks, PIV card readers, push-to-exit buttons) at multiple entrances and for Interior Room 135. Cabling must be supported above drop ceilings or within raceways.
  • Annual Preventative Maintenance: Sustaining ACS hardware and software, monitoring control panels, providing software updates, and conducting annual inspections. A monthly maintenance report is required.
  • Service Calls and Repairs: Responding to customer service calls on-site within 24 hours and providing replacement parts within 72 hours. Repairs under $2,500 require Government POC approval, while those over $2,500 require Contracting Officer approval.
  • Localized Help Desk Support: Guaranteed initial response within 4 hours and a targeted resolution within 72 hours for non-critical issues.

Key Requirements & Clarifications

  • Personnel: A Virginia DPOR Certified Class A Electrician is required, with certification to be provided with the quote.
  • Equipment: "Or Equal" equipment substitutions are allowed. Electromagnetic locks are specified for enhanced security. The system will use a standalone, air-gapped network. No existing IDS sensors or cabling are present.
  • Installation: Drilling between walls is required for cable infrastructure, and conduit is necessary. A dedicated 110-volt, 20-amp circuit will be provided for the ACS Panel and Workstation.
  • Logistics: Deliveries and performance must be completed within 30 days of contract award, though this timeline may be extended due to material lead times. After-hours access will not be available at no additional cost. The site visit was canceled and will not be rescheduled.
  • Security: Contractor personnel must undergo a TIER 1 suitability/fitness determination.

Contract Details

  • Type: Firm Fixed Price
  • NAICS: 561621 (Security Systems Services, size standard $25,000,000.00)
  • PSC: J063 (Maintenance, Repair And Rebuilding Of Equipment: Alarm, Signal, And Security Detection Systems)
  • Duration: Base period of 1 month from contract award, with option periods extending through March 2030.
  • Set-Aside: Total Small Business Set-Aside

Evaluation Criteria

Proposals will be evaluated on Price, Technical Acceptability (Acceptable/Unacceptable), and Past Performance (Acceptable/Unacceptable). Offerors are advised to submit their best pricing and technical information upfront.

Important Dates & Contacts

  • Proposal Due: March 25, 2026, at 4:00 PM EST.
  • Site Visit: Canceled on March 16, 2026, and will not be rescheduled.
  • Primary Contact: Vanity Wright (vanity.wright@us.af.mil)
  • Secondary Contact: SSgt Radost Griffin (radost.griffin@us.af.mil)

Additional Notes

  • Mission Essential Services: "Service Calls and Repairs" for this ACS contract are designated as mission essential.
  • Wage Determination: Bidders must comply with Wage Determination 2015-4341, Revision 32, which specifies minimum wage rates and fringe benefits for the geographic area.
  • Floor Plan: Attachment 5 provides a floor plan of the first floor, detailing access points and layout.

People

Points of Contact

Vanity WrightPRIMARY
SSgt Radost GriffinSECONDARY

Files

Files

Download
Download
Download
Download
Download

Versions

Version 6
Combined Synopsis/Solicitation
Posted: Mar 20, 2026
View
Version 5Viewing
Combined Synopsis/Solicitation
Posted: Mar 19, 2026
Version 4
Combined Synopsis/Solicitation
Posted: Mar 16, 2026
View
Version 3
Combined Synopsis/Solicitation
Posted: Mar 10, 2026
View
Version 2
Combined Synopsis/Solicitation
Posted: Mar 10, 2026
View
Version 1
Combined Synopsis/Solicitation
Posted: Sep 5, 2025
View