JBA Flightline Entry Control System (FLECS) mx and sustainment_ Aug 2026
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 JBA (Joint Base Andrews), intends to award a Lowest Price Technically Acceptable (LPTA) contract for Flightline Entry Control System (FLECS) maintenance and sustainment at Joint Base Andrews, MD. This requirement ensures the operational reliability and security of JBA's critical airfield perimeter access system. This is a Total Small Business Set-Aside. Responses are due June 3, 2026.
Scope of Work
This opportunity requires comprehensive maintenance and sustainment services for the Integrated Base Defense Security System (IBDSS) and the Flight Line Entry Control System (FLECS) at Joint Base Andrews. JBA, known as "America's Airfield," operates a highly critical and secure flightline system with an automated gate system controlling airfield perimeter access. The FLECS supports Programmable Logic Controller (PLC) 1-3 assets, serving as a primary defense line and meeting security requirements outlined in JBAI 31-101. The work involves both physical and mechanical on-site maintenance for each Entry Control Point (ECP), addressing potential human or mechanical points of failure due to heavy usage.
Contract & Timeline
- Type: Solicitation (LPTA contract award)
- Duration: One base year (12 months) plus four 12-month option years
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
- NAICS: 561621 (Security Systems Services—except locksmith), Size Standard: $25.0 million
- Response Due: June 3, 2026, by 2:30 PM Eastern Standard Time
- Published: April 30, 2026
- Place of Performance: Andrews Air Force Base, MD
Evaluation
Award will be based on a Lowest Price Technically Acceptable (LPTA) methodology. Interested vendors must clearly demonstrate their ability to meet all stated requirements, providing recent and relevant experience in all areas. Teaming with other qualified socio-economic business partners is permitted in accordance with FAR compliance.
Additional Notes
RFQ packages must be accurate, brief, and concise. Submissions require a signed SF-1449 (block 30), completion of line item scheduling, Unique Entity ID, CAGE code, System for Award Management (SAM) expiration date, and other related details. All contractors must be registered in SAM (www.sam.gov). Responses must be submitted electronically to charles.maddox.8@us.af.mil.