MISSION support KINGPIN, IDS, ACS and Digital Cameras
ID: RFI1750964Type: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA8501 OPL CONTRACTING AFSC/PZIOROBINS AFB, GA, 31098-1672, USA

NAICS

Security Systems Services (except Locksmiths) (561621)
Timeline
    Description

    The Department of Defense, specifically the Department of the Air Force, is seeking information from interested companies to provide an Intrusion Detection System (IDS), Access Control System (ACS), and digital cameras for Robins Air Force Base, aimed at enhancing security for the KINGPIN mission. The project involves the installation of these systems in building BLDG 2039 to secure all exterior doors and critical interior areas, particularly the new Open Storage Area (OSA) on the operations floor, ensuring controlled access and real-time monitoring. This initiative underscores the government's commitment to bolstering security measures at military facilities, with responses due by 5:00 PM Eastern on April 18, 2025. Interested firms should submit documentation outlining their capabilities and past experience, and inquiries can be directed to Adria Pitts at adria.pitts@us.af.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    Robins Air Force Base (AFB) is seeking a new Intrusion Detection System (IDS), Access Control System (ACS), and digital surveillance cameras for building BLDG 2039, specifically to support the KINGPIN mission. The proposed system must secure all exterior doors with alarms and video monitoring to prevent unauthorized access. Interior security is especially critical for the new Open Storage Area (OSA) on the operations floor. The system will interface with the Base Security Office for real-time alerts. Access will be managed through pin pads compatible with existing badging systems and CAC/PIV technology, with a clearance level allowing access up to SECRET. Detailed diagrams outline equipment placements, and video footage must be stored for 30 days for authorized review. The entire system must be installed and functional within 45 days following contract approval, with the vendor responsible for one year of maintenance and training for government personnel post-installation. This project underlines the U.S. government's commitment to enhancing security measures at military facilities.
    The document outlines the requirements for the installation of an Intrusion Detection System (IDS) and Access Control System (ACS), along with digital cameras at Building 2039 of Robins Air Force Base. This initiative is aimed at enhancing security for the KINGPIN mission by monitoring and controlling access to restricted areas. Essential features include alarming exterior doors and safeguarding critical interior spaces, particularly the new Open Storage Area. The system must integrate with the Base Security Office for real-time alerts on unauthorized access and utilize access control technology compatible with CAC/PIV systems. The video surveillance must record and store footage for up to 30 days. Installation is to be completed within 45 days post-award, with training and one year of maintenance provided by the vendor. Overall, this project underscores the government’s commitment to securing sensitive operational areas through enhanced access control measures.
    The government is seeking companies to provide an Intrusion Detection System (IDS), Access Control System (ACS), and Digital Cameras for Robins Air Force Base. This installation aims to enhance security for the KINGPIN mission by controlling access to restricted areas. The solicitation is informational and serves for market research and budget planning; it will not result in an award or financial reimbursement. Interested firms must submit documentation outlining their capabilities and past experience relevant to this security requirement. The request encourages participation from both large and small businesses, including joint ventures. A Contractor Capability Survey is included to gather company information, capacity, and experience related to security systems. Responses are due by 5:00 PM Eastern on April 18, 2025, and inquiries can be directed to Adria Pitts via email. This solicitation is part of the government's broader efforts to engage with potential contractors in the security sector, emphasizing a collaborative approach to meet operational requirements.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Request for Information (RFI) for Passive Defense Solutions
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, has issued a Request for Information (RFI) for passive defense solutions aimed at countering threats posed by Group 1-3 Unmanned Aerial Systems (UAS) to USAF assets. The Air Force is seeking industry input on solutions that utilize Camouflage, Concealment, Deception, and Hardening (CC&D+H) measures, with an emphasis on low-cost, user-friendly, and rapidly deployable options that can integrate with existing systems. These solutions are critical for enhancing the protection of Air Force assets by reducing spectral and visual signatures while ensuring operational continuity. Interested vendors are required to submit a five-page response detailing their company overview, proposed solutions, technical approaches, performance data, and cost/schedule by December 22, 2025, at 1600 EST. For further inquiries, vendors may contact Timothy Overby at timothy.overby.1@us.af.mil or Jennifer Judkins at jennifer.judkins@us.af.mil.
    Department of the Air Force (DAF) Identity, Credential, and Access Management (ICAM) Enterprise III, Request For Information (RFI)
    Dept Of Defense
    The Department of the Air Force (DAF) is seeking a qualified vendor to provide comprehensive services for its Identity, Credential, and Access Management (ICAM) Enterprise III program, as outlined in a Request for Information (RFI). The procurement aims to identify a single vendor capable of managing platform operations, sustainment, and enhancement of the DAF ICAM platform, which is critical for onboarding over 3,300 applications and supporting a user base of over 750,000 personnel and millions of non-person entities. This initiative is part of a broader cybersecurity transformation to transition to a Zero Trust Architecture, aligning with the Department of Defense's Digital Modernization Strategy. Interested parties must submit their responses by January 6, 2026, and can direct inquiries to Kurtavius Brown at kurtavius.brown@us.af.mil or Darnita McBride at darnita.mcbride@us.af.mil.
    Base Alarm Services - Los Angles Air Force Base
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking small businesses to provide Base Alarm Services at Los Angeles Air Force Base (LAAFB). The procurement aims to establish a Firm-Fixed Price (FFP) contract for maintenance and repair of the base's alarm and CCTV systems, which includes tasks such as cleaning, scheduling, and troubleshooting network issues related to the alarm system and surveillance equipment. This opportunity is critical for ensuring the security and operational readiness of the base, requiring expertise in network configurations and maintenance of proprietary software and equipment. Interested parties must submit an eight-page narrative detailing their capabilities by responding to the sources sought notice, with questions due by December 15, 2025, to Lt Dorian Maynard at dorian.maynard.1@spaceforce.mil or TSgt Kenneth Sparks at kenneth.sparks.2@spaceforce.mil.
    Crossmatch Booking station
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for the procurement of a Crossmatch Booking Station, as outlined in their Justification notice. This procurement involves the installation of equipment related to office supplies and devices, which is crucial for enhancing operational efficiency within the Air Force. Interested vendors can find additional details in the attached documentation and are encouraged to reach out to Brittney Devallon at brittney.devallon@us.af.mil for further inquiries. The place of performance for this contract will be within the USA.
    Request for Information – Small Form Factor Component Technologies for a C-sUAS Interceptor
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army, is seeking information from qualified companies regarding small form factor component technologies for a Counter-Small Unmanned Aircraft System (C-sUAS) interceptor. The objective is to gather data on existing missile component technologies, including seekers, Control Actuation Systems (CAS), batteries, Guidance Navigation Units/Inertial Measurement Units (GNU/IMU), and mission computers, that meet specific performance and production criteria. This initiative is crucial in addressing the evolving threats posed by small unmanned aircraft systems in modern warfare, aiming to develop interceptors that are smaller, more cost-effective, and capable of high-volume production. Interested parties must submit their responses, including a technical white paper and an Excel data sheet, by 11:00 AM CST on December 19, 2025, to the primary contact, Tammy J. Benson, at tammy.j.benson.civ@army.mil.
    Radar Data Distribution System (RDDS)
    Dept Of Defense
    The Department of Defense, through the Air Combat Command Acquisition Management Integration Center, is seeking industry input for the modernization of the Radar Data Distribution System (RDDS) at the Joint Interagency Task Force South (JIATF-S) headquarters in Key West, Florida. The objective is to upgrade the existing RDDS infrastructure to accommodate new data formats, increased data volumes, and evolving security requirements while ensuring high reliability and operational availability. This procurement is critical for enhancing the capabilities of radar and sensor data management and distribution, which supports various stakeholders, including government agencies and partner nations. Interested parties, particularly small businesses, are encouraged to submit a capabilities package by December 17, 2025, to the designated contacts, Aurelio Medina and Chase Gordon, with an estimated award date in May 2026 and a solicitation release anticipated in March 2026.
    Request for Information AFLCMC/WIN manages the USAF Imaging & Targeting Support (I&TS) portfolio supporting the Geospatial Intelligence (GEOINT) Capabilities Working Group (GCWG). The GCWG manages and plans AF airborne GEOINT Capabilities RDT&E investments
    Dept Of Defense
    The Department of the Air Force, through the Air Force Life Cycle Management Center (AFLCMC/WIN), is conducting a Request for Information (RFI) to identify promising technologies for the Imaging & Targeting Support (I&TS) portfolio, which supports the Geospatial Intelligence (GEOINT) Capabilities Working Group (GCWG). The objective is to solicit innovative projects that enhance Air Force airborne GEOINT capabilities, focusing on technologies with an initial Technology Readiness Level (TRL) of 4-6 and aiming to achieve TRL 6 or higher, with funding requirements capped at $2.5 million per year for projects lasting one to two years. This initiative is crucial for developing next-generation sensor and processing capabilities that adapt to evolving mission sets and threats, aligning with the Air Force's strategic goals outlined in the Chief of Staff's One Force Design document. Interested parties should submit white papers and tri-charts by 1600 EST on January 19, 2026, and can contact the primary representative, WING PM, at AFLCMC.WING.ITS@us.af.mil for further information.
    BPA - Alarm, Signal and Security Detection Systems PSC 6350
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center Indian Head Division (NSWC IHD), is seeking to establish Blanket Purchase Agreements (BPAs) for Alarm, Signal, and Security Detection Systems under PSC Code 6350 and NAICS Code 334290. The procurement aims to engage small businesses that can provide standard commercial supplies and services at competitive prices, with BPA calls not exceeding the Simplified Acquisition Threshold, allowing for competition at the call level. These systems are critical for enhancing security measures and operational safety within military installations. Interested vendors must submit their documentation, including past performance references, by April 30 for June awards or October 31 for December awards, and can contact Barbara Grinder at barbara.j.grinder.civ@us.navy.mil for further information.
    D-21 Alarm System
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, intends to award a contract for the D-21 Alarm System upgrade and training at Travis Air Force Base (AFB) in California. This procurement is aimed at enhancing the alarm, signal, and security detection systems, with Monaco Enterprises identified as the sole source for this upgrade. The successful implementation of this system is crucial for maintaining security and operational readiness at the base. For further inquiries, interested parties can contact Jordan David Burrus at jordan.burrus@us.af.mil or William Rife at william.rife.1@us.af.mil, with phone numbers 707-424-7725 and 707-424-7753, respectively.
    6350-01-347-8013
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking procurement related to miscellaneous alarm, signal, and security detection systems, specifically identified by the title '6350-01-347-8013'. The opportunity involves a Justification and Approval (J&A) process, indicating a specific need for these systems, which are critical for ensuring safety and security in military operations. The place of performance for this contract is located in Richmond, Virginia, and interested vendors can reach out to primary contact David Shumate at david.shumate@dla.mil or by phone at 804-279-1508, or secondary contact Hien-Van Trinh at Hien-Van.Trinh@dla.mil or 804-279-1721 for further details.