Global Unified Airbase Readiness and Defense (GUARD) Capabilities Sources Sought
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, Force Protection Division (AFLCMC/ESS) is conducting a Sources Sought for Global Unified Airbase Readiness and Defense (GUARD) Capabilities. This initiative seeks industry information on Integrated Base Defense (IBD) physical security and force protection electronic security systems for Air Force Security Forces to deter, detect, and track hostile forces. Responses are due by June 8, 2026, 3:00 PM EDT.
Scope of Work
The RFI seeks capabilities for the acquisition and sustainment of IBD systems, including:
- Design, development, procurement, installation, integration, testing, certification, and accreditation.
- Performance-based logistical support for IBD systems at CONUS and OCONUS locations.
- Qualification of Commercial Off-the-Shelf (COTS) equipment for Government Off-The-Shelf (GOTS) systems, specifically the Defender Multi-Domain Command, Control, and Communications (DMDC3) architecture.
- Experience in designing/installing physical security Intrusion Detection Systems (IDS) at OCONUS locations, including nuclear material storage, SCIFs, or SAPFs adhering to ICD and UL 2050 standards.
- Knowledge of Protection Level (PL) 1, 2, 3, and 4 resource security requirements.
- Civil engineering expertise, security studies, analyses, and documentation development.
- Familiarity with Open Mission Systems (OMS) and integrating technology into the DMDC3 platform.
- Network infrastructure configuration compliant with DoD regulations, certified network engineers, and logistics support for IDS.
- Program protection plans, anti-tamper plans, and cybersecurity (DISA STIGs) implementation.
- Knowledge of DoD Architecture Framework, Quality Management Systems (ISO 9001-2008), Agile DevOps, and Cloud computing environment operations.
- Experience in deployment and sustainment of tactical security systems, wide area surveillance, drone training/sustainment, and RF networks.
- Ability to obtain multiple host nation business licenses and Visas.
Contract & Timeline
- Type: Sources Sought / Request for Information (RFI)
- Potential Contract Type: Indefinite Delivery/Indefinite Quantity (IDIQ)
- Potential Duration: 10-year ordering period
- Estimated IDIQ Ceiling: $1 Billion
- Anticipated Orders: 50+ separate installation projects, item/equipment buys, and upgrades.
- Set-Aside: None specified (Sources Sought)
- Response Due: June 8, 2026, 3:00 PM EDT
- Published: May 8, 2026
- Anticipated RFP Release: 1QFY27
- Anticipated IDIQ Award: 3QFY27
Submission & Evaluation
Responses should not exceed 10 single-sided, UNCLASSIFIED pages and must be submitted to mckenna.clippert@us.af.mil. The government encourages prime-subcontractor relationships but requires offerors to fulfill the holistic scope. Offerors must possess an active SECRET facility security clearance at the time of submission and maintain it through contract performance; the government will not sponsor clearances.
Additional Notes
This RFI is for informational and planning purposes only and does not constitute a Request for Proposal. The government will not pay for any information or administrative costs incurred. Proprietary information must be clearly marked. Questions are due by May 27, 2026, 3:00 PM EDT, with answers posted by June 3, 2026.