JB MDL 2025 Open House Air Show - Weapon Detection System
ID: FA448425Q0015Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA4484 87 CONS PKJB MDL, NJ, 08641, USA

NAICS

Security Systems Services (except Locksmiths) (561621)

PSC

INSTALLATION OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS (N063)

Set Aside

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

    The Department of Defense, specifically the Air Force, is soliciting proposals for the provision of 21 portable, wire-free weapon detection systems for the JB MDL Open House Air Show scheduled for May 16-18, 2025. The systems must be capable of screening a minimum of 1,200 individuals per hour per lane while maintaining near-zero false alarm rates and accommodating mobility aids such as wheelchairs and strollers. This procurement is critical for ensuring the safety and security of large crowds expected at the event, with a total funding amount of $25 million allocated for the contract. Interested small businesses must submit their proposals by April 28, 2025, and can direct inquiries to TSgt Nicholas Brown at nicholas.brown.72@us.af.mil or Patrick S. Duff at patrick.duff.5@us.af.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The document presents information related to federal government requests for proposals (RFPs), grants, and state/local RFPs. Although the specifics are largely obscured due to formatting issues, the primary focus appears to involve providing guidelines and requirements for potential bidders and grant applicants. It likely outlines key parameters such as eligibility criteria, project objectives, funding availability, submission processes, and evaluation metrics for proposals. This structure is crucial for ensuring that interested parties understand the scope of potential projects, the processes to engage with federal and state governments, and how to conform to regulatory standards. The emphasis on compliance, safety, and effective project execution is indicative of the broader goals of these government initiatives: to enhance public services and infrastructure through collaborative partnerships with qualified entities. The document serves as a framework for fostering transparency and accountability in government-funded projects, ensuring that all submissions align with established priorities and regulatory requirements.
    The Joint Base McGuire-Dix-Lakehurst Antiterrorism Office developed a pamphlet for contractors to enhance awareness of their roles in security as part of the Global War on Terrorism. Contractors are seen as vital assets for identifying and reporting suspicious activities that may threaten the base and the surrounding community. The pamphlet outlines specific behaviors to monitor, including surveillance, elicitation attempts for military information, and suspicious individuals. It advises on what to report, such as unfamiliar persons, suspicious vehicles, and activities indicating potential terrorist planning. Emergency contact information is provided, encouraging contractors to remain vigilant and report incidents promptly while staying at their location until contacted by security forces. The primary purpose of this communication is to foster a proactive security mindset among contractors, reinforcing their responsibility to contribute to the overall safety and security of the military installation.
    The Department of the Air Force issued the "Antiterrorism Guide for Contractors," emphasizing the importance of defensive measures against terrorism for contractors working at Joint Base McGuire-Dix-Lakehurst (JB MDL). The guide outlines the responsibilities of contractors to protect personnel, equipment, and resources from potential terrorist acts during contract performance. Key recommendations include providing contracted personnel with training in Department of Defense (DoD) Antiterrorism protocols and reporting any suspicious activities they may observe using designated hotlines or apps. The guide describes specific behaviors and incidents that should be reported, such as surveillance, elicitation attempts, and unusual persons or activities. It also stresses the importance of adhering to Force Protection Conditions (FPCONS) and maintaining communication with security forces. With a focus on creating a safe environment, the document serves as a crucial tool for ensuring contractor compliance with DoD antiterrorism standards, ultimately aiming to bolster the security of military installations and their surrounding communities.
    The document outlines the responsibilities and procedures related to urgent health care for contractor employees and agents performing tasks on Joint Base McGuire-Dix-Lakehurst (JBMDL). It states that the 87th Medical Treatment Facility (MTF) is authorized to provide necessary medical care for injuries sustained on duty, focusing on immediate intervention to preserve life and alleviate suffering. Following initial care, patients will be transferred to civilian facilities for further treatment, with costs incurred being the responsibility of the contractor or their employee—not the MTF or the government. Payment processing will rely on documentation via an Air Force FORM 552, and if unable to pay upon treatment, the contractor employee will receive a statement of charges and an indebtedness letter. It is emphasized that contractors must promptly notify their medical insurance providers to facilitate payment for the services rendered. This information is essential for ensuring that contractors are aware of their financial responsibilities regarding health care while operating on federal premises.
    The document outlines entry control and security protocols for contractors at Joint Base McGuire-Dix-Lakehurst (JB MDL) in New Jersey. It mandates that all contractors and vendors undergo criminal background checks and secure an Installation Access Pass prior to entering the base. Depending on the length of their stay, contractors will require different forms of access, such as a Visitor Pass for under 60 days or a DBIDS Installation Access Card for those needing frequent access. Detailed guidance is provided on the necessary documentation required to obtain these passes, including identification and the process for the Entry Authority List (EAL) submission. The document emphasizes the significance of maintaining security within restricted areas and outlines protocols for contractor personnel working in critical operations, including specific procedures for non-U.S. citizens. Additionally, it specifies the responsibilities of contractors in adhering to regulations, especially when coordinating short-term subcontractors and obtaining permissions for work within sensitive zones. Overall, this document serves as a comprehensive guide for ensuring the safety and security of the JB MDL installation while facilitating compliance with federal regulations and contractor engagement.
    The document outlines the Department of Defense's (DoD) antiterrorism requirements for contractors working at Joint Base McGuire-Dix-Lakehurst (JB MDL). It defines terrorism and antiterrorism, emphasizing the need for contractors to implement defensive measures to safeguard personnel and property from terrorist threats. It mandates that all contractors and subcontractors engage with the JB MDL Antiterrorism Program and review the associated awareness guide. Contractors must maintain strict control over personnel and resources, ensuring readiness to report suspicious activities to the 87th Security Forces Squadron. Additionally, completion of DoD-approved Antiterrorism Level I training is highly recommended. The document also states that contract services may be suspended during elevated Force Protection Condition levels (FPCON Charlie or Delta) and outlines emergency contact protocols. Overall, the guidance focuses on ensuring a secure environment, promoting safety, and responsiveness in military installations, reflecting the federal government's commitment to reducing vulnerabilities to terrorism through compliance and proactive measures by contractors.
    The JB MDL Open House Air Show outlines requirements for weapon detection systems to manage entry control and ensure security for anticipated large crowds. The government anticipates processing up to 125,000 attendees each day, specifically requiring a total of 21 screening lanes across five entry control points to accommodate varying traffic volumes. While the performance work statement indicates a reduced screening capacity of 1,200-1,400 individuals per hour per lane, effective throughput remains a focus, with the main entry point designated to handle approximately half of the expected foot traffic. The government seeks primarily battery-operated security systems but has not specified a preferred manufacturer. This document reflects the government's commitment to maintaining safety standards at public events while ensuring adequate processing capabilities through strategic lane allocation and technology selection.
    The Performance Work Statement (PWS) describes the procurement, deployment, and operation of a Weapons Detection System for the JBMDL Power in the Pines 2025 Open House and Air Show (OHAS), scheduled for May 16-18, 2025. This initiative aims to enhance security screening processes by providing rapid, non-invasive detection of concealed weapons while maintaining pedestrian flow. Key requirements include the provision of 21 portable, wire-free systems capable of identifying high-caliber firearms and large metallic threats, with an operational capacity to screen up to 40,000 individuals per hour. The system must maintain near-zero false alarm rates, require minimal operational downtime, comply with all security regulations, and include ongoing technical support. Equipment setup is mandated by 1700 on May 15, 2025, with dismantling completed no later than 2000 on May 18, 2025. Additionally, contractor personnel must be trained and certified for operation, and any operational inefficiencies or malfunctions must be promptly reported. This document reflects the government’s commitment to hosting a secure and efficient public event while ensuring compliance with safety protocols.
    The document outlines the Performance Work Statement (PWS) for the acquisition and management of a Weapons Detection System for the JBMDL Power in the Pines Open House and Air Show (OHAS) scheduled for May 16-18, 2025. The primary goal is to enhance security by implementing rapid, non-invasive screening that detects concealed threats while maintaining a smooth flow of pedestrian traffic. The requirement consists of providing 21 portable, wire-free systems capable of detecting high-caliber firearms and mass casualty weapons, ensuring minimal false alarms, supporting the screening of mobility aids, and achieving a throughput of 1,200 to 1,400 individuals per hour per lane. The contractor is responsible for installation, maintenance, and technical support, with the system needing to operate at least 95% of the time. Additionally, comprehensive training and certification of operational personnel, alongside compliance with regulatory standards, are mandatory. Equipment setup must occur by May 15, 2025, and dismantling will finalize by May 18, 2025. Key contacts for the project are identified throughout the document, ensuring effective communication for the execution of security operations during the event.
    This Women-Owned Small Business (WOSB) solicitation seeks proposals for a firm-fixed-price contract to provide weapon detection systems for the Joint Base McGuire Dix-Lakehurst's 2025 Open House Air Show. The primary requirement includes the supply of 21 portable, wire-free weapon detection systems, along with setup, calibration, and maintenance services during the event, scheduled from May 15 to May 18, 2025. Interested contractors must submit their offers via email, ensuring they comply with the established specifications outlined in the Performance Work Statement (PWS). Additionally, contractors are required to be registered in the System for Award Management (SAM) to be considered for the contract. The document outlines various compliance clauses, including those addressing small business regulations and labor standards, emphasizing the government's objective to promote inclusivity by encouraging participation from women-owned and economically disadvantaged small businesses.
    The document outlines a solicitation for a federal contract under the Women-Owned Small Business (WOSB) program, specifically for the provision of portable, wire-free weapon detection systems. The solicitation is identified by requisition number FA448425Q00150001 and specifies a total award amount of $25,000,000. Key deliverables include 21 detection systems, shipping, setup, calibration, and maintenance scheduled for the JB MDL Open House airshow on May 16-18, 2025. It details requirements for proposals, submission deadlines, and proposal formats, including firm fixed pricing and applicable clauses for government contracting. Key objectives of the request include ensuring necessary safety measures for public events, compliance with defense contracting regulations, and support for small business participation, notably those owned by women and economically disadvantaged groups. The document emphasizes the importance of compliance with federal acquisition regulations and the incorporation of clauses related to labor standards, safety, and equal opportunity for various business entities. The inclusion of specific attachments provides further clarity on performance, wage determinations, and safety training requirements for contractors engaging with government installations.
    This government document serves as an amendment to a solicitation, extending the due date for offers to April 28, 2025, while also updating specific sections of the Performance Work Statement (PWS) related to weapons detection. It outlines crucial instructions for contractors on how to acknowledge receipt of the amendment, including methods of response and implications for late acknowledgments. The document also mentions modifications to the solicitation number, contact information for the contracting officer, and changes to attachments, notably the addition of a revised PWS and updates to an existing attachment. All other terms and conditions of the original solicitation remain unchanged. The format adheres to Standard Form 30 requirements, indicating procedural compliance and formatting conventions for government procurement processes. The extension of the response time and updates suggest a proactive approach to refining project specifications and ensuring comprehensive contractor participation.
    Similar Opportunities
    Luke Air Force Base 2026 Air Show - Audio Services
    Dept Of Defense
    The Department of Defense is soliciting proposals for audio services for the Luke Air Force Base 2026 Air Show, scheduled for March 20-22, 2026. The selected contractor will be responsible for providing a comprehensive outdoor audio system, ensuring clear sound coverage across all spectator areas, including VIP zones, with setup occurring from March 18-19 and removal by March 23. This contract, valued at $40 million and designated as a Women-Owned Small Business set-aside, emphasizes technical acceptability, past performance, and price in its evaluation criteria. Interested vendors must submit their quotes by December 17, 2025, to the designated contacts, 2d Lt Jalen Johnson and Jacqueline Aranda, via email, ensuring quotes remain valid through March 14, 2026.
    Luke Air Force Base 2026 Air Show - Video Screen Services
    Dept Of Defense
    The Department of Defense is soliciting proposals for video screen services for the Luke Air Force Base 2026 Air Show, with the contract managed by the 56th Fighter Wing. The selected vendor will be responsible for the setup, operation, and removal of high-resolution video screens from March 18 to March 23, 2026, ensuring optimal visibility and technical support throughout the event. This procurement is crucial for enhancing the visual experience of attendees at the air show, which is a significant public relations event for the Air Force. Interested small businesses must submit their quotes by January 5, 2026, at 1500 EST, and should direct inquiries to the primary contact, 2d Lt Jalen Johnson, at jalen.johnson.17@us.af.mil or 623-856-2730. The total contract value is estimated at up to $40 million, contingent upon available funding.
    F-15 SMDC Initiators
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the procurement of F-15 SMDC initiators, which are critical components for aircraft egress systems. The solicitation, identified as FA8213-26-R-3002, requires qualified sources to submit a qualification package, with evaluation based on the lowest technically acceptable price. This procurement is vital for ensuring the operational readiness and safety of military personnel, as these initiators play a crucial role in emergency egress systems. Interested parties must submit their proposals by January 2, 2026, and can direct inquiries to Abbigail Clawson at abbigail.clawson@us.af.mil or Cole Sposato at cole.sposato.1@us.af.mil.
    Air Boss and Related Services - TAFB Wings Over Solano 2026
    Dept Of Defense
    The Department of Defense, through the 60th Contracting Squadron at Travis Air Force Base, is seeking qualified vendors to provide Air Boss and related services for the 2026 Wings Over Solano air show. The procurement is a Firm Fixed Price contract, specifically set aside for small businesses under NAICS code 488111 (Air Traffic Control), with a size standard of $40 million. The selected contractor will be responsible for critical tasks such as developing the airshow schedule, conducting safety briefings, and liaising with FAA and emergency personnel, ensuring the event's success scheduled for April 24-26, 2026. Interested vendors must submit their quotations by December 17, 2025, at 1:00 PM PST, to the designated contacts, Lt Samuel De La Cruz and (S)Sgt Socrates Rosimo, via the provided email addresses.
    Airshow Narrator & Sound/ Audio Technician
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for Airshow Narrator and Sound/Audio Technician services for the Shaw Air & Space Expo scheduled from March 27-29, 2026. The contractor is required to provide all necessary personnel, equipment, and services, including a narrator with a minimum of five years of airshow experience and a public address/audio system capable of supporting over 50,000 spectators. This procurement is critical for ensuring effective crowd control and narration during the event, which is expected to draw significant public attendance. Interested parties, particularly Women-Owned Small Businesses, should note that the total award amount is $9,000,000, and proposals must be submitted in accordance with the solicitation guidelines. For further inquiries, contact Jeesenia Nauta Criollo at jeesenia.nautacriollo@us.af.mil or 803-895-5623.
    FY26 Drone Course Equipment
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for the procurement of equipment related to the FY26 Drone Course. This opportunity is a combined synopsis/solicitation for commercial products or services, with a focus on ensuring that all proposals meet specific technical requirements, including the submission of a completed Excel spreadsheet as outlined in the solicitation. The equipment is essential for enhancing training capabilities in drone operations, which are increasingly vital for modern military operations. Interested vendors must submit their proposals through the Procurement Integrated Environment (PIEE) by December 17, 2025, at 10:00 AM CST, and should direct any inquiries to Benton Medcalf at benton.medcalf@us.af.mil.
    MFT 25-96 - DCC Surveillance System
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified vendors for the MFT 25-96 - DCC Surveillance System, as indicated in a Special Notice. This procurement is set aside for small businesses and aims to acquire communications security equipment and components, classified under the NAICS code 334220. The goods and services are critical for enhancing surveillance capabilities within the military framework. As of September 25, 2025, the solicitation is currently on hold indefinitely. Interested parties can reach out to Mr. Michael Goetz at michael.goetz.7@us.af.mil or by phone at 707-424-7788, or Mr. Vitaliy Kim at vitaliy.kim.1@us.af.mil or 707-424-7740 for further inquiries.
    Detector Kit, Chemical
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Land Warren, is soliciting proposals for the procurement of 22 units of a Chemical Detector Kit (NSN: 6665-01-706-8739) with an option for an additional 22 units. This firm-fixed price contract requires that the kits conform to specific government drawings and standards, with inspection and acceptance occurring at the origin, necessitating coordination with the Defense Contract Management Agency (DCMA). Proposals must be submitted via email to the primary contact, Patricia M. Roussin, by December 15, 2025, at 11:59 PM EST, and a Technical Data Package is available for interested parties who meet the necessary access requirements.
    ISOF Range 2026
    Dept Of Defense
    The U.S. Special Operations Command (USSOCOM) is hosting the International Special Operations Forces (ISOF) Range 2026, scheduled for April 14-15, 2026, at the Nevada Test and Training Range, NV, with a preliminary "Last Line of Defense" (LLOD) rodeo for counter-unmanned aircraft systems (cUAS) on April 12, 2026. This Request for Information (RFI) invites technology demonstration candidates from various sectors, including private industry, government R&D organizations, and academia, to showcase innovative lethality technologies that address gaps in operational capabilities. The event will feature attendees from U.S. and international Special Operations Forces, government engineers, and contracting officers who will conduct hands-on market research to evaluate technologies in categories such as Weapons, Visual Augmentation Systems, and Precision Strike Systems, with a preference for technologies at Technology Readiness Level (TRL) 7 or higher. Interested respondents must submit their technology applications via the Phoenix Defence website by October 30, 2025, for the first tranche or January 30, 2026, for the second tranche, and should mark proprietary information accordingly; all costs incurred will be the responsibility of the respondents. For further inquiries, contact Marvin Marcia at marvin.marcia@socom.mil.
    2026 Beyond the Horizon Open House Maxwell AFB - Master Concessionaire
    Dept Of Defense
    The Department of Defense, through the 42d Contracting Squadron at Maxwell Air Force Base (AFB) in Alabama, is seeking sources to provide Master Concessionaire Services for the 2026 Beyond the Horizon Open House and Airshow event scheduled for April 17-19, 2026. The selected contractor will have exclusive rights to sell food, non-alcoholic beverages, and novelty items to an estimated attendance of 100,000, requiring comprehensive infrastructure, management, and logistical support, while adhering to strict food safety regulations and financial controls. Interested parties must submit their responses to the sources sought notice by 2:00 P.M. Central Standard Time on December 15, 2025, to the primary contacts, 2d Lt Easton Flamand and TSgt Jeremy Rash, via the provided email addresses.