24/7 Access and Surveillance Maintenance Services, JBER
ID: FA500025Q0034Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA5000 673 CONS LGCJBER, AK, 99506-2501, USA

NAICS

Security Systems Services (except Locksmiths) (561621)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS (J063)

Set Aside

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

    The Department of Defense, specifically the Department of the Air Force, is soliciting quotes for 24/7 Access and Surveillance Maintenance Services at Joint Base Elmendorf-Richardson (JBER) in Alaska. The procurement aims to secure a maintenance and service contract for surveillance and entry control systems across three facilities: the Elmendorf Fitness Center, Buckner Fitness Center, and Hangar 5, ensuring operational readiness and compliance with security standards. This contract, set aside for small businesses, emphasizes the importance of maintaining effective surveillance systems to safeguard personnel and property, with a performance period from July 30, 2025, to September 29, 2027. Interested contractors must submit their quotes referencing RFQ number FA500025Q0034 by July 22, 2025, and can direct inquiries to Joseph Ford at joseph.ford.21@us.af.mil or Jason P. Topick at jason.topick.1@us.af.mil.

    Files
    Title
    Posted
    The document outlines the electronic security system specifications for Joint Base Elmendorf Richardson's Building 9510. It details the installation of various security devices, including CCTV cameras, intrusion detection systems, and access control measures. Specific components mentioned are card readers, PIR motion detectors, and monitoring panels designed to enhance facility security through comprehensive surveillance and detection capabilities. The layouts include descriptions of device locations across multiple building levels, emphasizing critical areas such as locker rooms, pool areas, and mechanical rooms. Each sheet specifies quantities and types of devices required, alongside important user information regarding the handling and modification of the provided electronic information. This project is part of broader efforts to improve security infrastructure across federal facilities, adhering to safety and operational standards. The document reflects the structured design process integral to government contracts and RFPs, ensuring compliance and effectiveness in safeguarding personnel and property.
    The document outlines the electronic security measures implemented at Building 690 of Joint Base Elmendorf Richardson, AK. It details the installation of various security devices across multiple floors, including 360 CCTV cameras, card readers, intrusion detection systems, and motion detectors. Each floor's security device layout is systematically recorded, indicating the specific types and quantities of equipment. The purpose of this documentation is to provide a comprehensive guide for the electronic security system within the building, reinforcing the safety and surveillance mechanisms in place. The document also carries an important notice regarding the usage of the design drawings, specifying that any alterations or unauthorized use would be at the user's own risk and liability. The project, overseen by Tyco Integrated Security, highlights its adherence to federal standards for security systems, focusing on a thorough approach to ensuring safety and monitoring capabilities throughout the facility. In total, the document underscores the strategic planning and execution of security management within a government context, aligning with typical practices in federal grants and RFPs for security improvements.
    The Joint Base Elmendorf Richardson (JBER) is seeking a contractor for maintenance and service of its surveillance and entry control systems across three fitness centers. The contractor must provide all necessary labor, materials, and expertise, ensuring compliance with cybersecurity measures. Key requirements include maintaining a monthly log of services, conducting regular preventive maintenance, and ensuring a system uptime of 99.9%. The contractor is also responsible for updating software and maintaining hardware inventories. The contract mandates specific qualifications for personnel, including at least five years of relevant experience and training on various equipment brands. It outlines procedures for addressing critical and non-critical maintenance issues and the protocols for reporting failures to the government. Additionally, the document details obligations regarding government-furnished equipment, employee access, and adherence to safety regulations. Overall, the purpose of this Performance Work Statement is to ensure the reliable operation of essential security systems at JBER facilities, focusing on consistent maintenance, timely repairs, and compliance with regulatory standards within a structured framework of government contracting procedures.
    The document in question pertains to federally funded requests for proposals (RFPs) and grants at both federal and state/local levels. It emphasizes the importance of thorough compliance with federal regulations and guidelines when applying for funding. The primary focus is on outlining the necessary steps applicants must take to align their proposals with governmental standards. This includes adhering to specific eligibility criteria, detailing project objectives, and providing budgetary justifications. The document serves as a roadmap for potential applicants, highlighting the significance of transparency, accountability, and performance metrics throughout the proposal process. It underscores the need for detailed documentation to facilitate the evaluation and selection of projects that align with governmental priorities. Overall, the material aims to ensure that stakeholders are well-informed about the application process, enhancing the potential for successful funding outcomes.
    The document is a Request for Proposal (RFP) aimed at acquiring non-personal services related to system repair and maintenance for various facilities, including the Elmendorf and Buckner Fitness Centers and Hangar 5. It outlines requirements for a total of approximately 66 months of services across multiple phases, with a focus on preventative maintenance and system repairs. The periods of performance (PoP) range from late July 2025 through late September 2027. Sections are categorized into base year and option periods, with detailed specifications for each item, albeit without specified pricing. The overarching purpose of the RFP is to secure appropriate contractors capable of providing these essential services to ensure the functionality and safety of the facilities involved. By presenting this request, the governing agency seeks to maintain operational readiness and compliance with established service standards.
    The document addresses a Request for Proposal (RFP) for 24/7 Access and Surveillance Maintenance Services at JBER Fitness. It outlines responses to various questions posed by potential contractors. A site visit is not mandatory for quotes, and warranty information for equipment reveals that many warranties have expired. Key equipment serial numbers and current software licensing statuses are provided, indicating that some updates are expired while others remain active. Floor plans detailing camera placements and equipment locations are attached, alongside installation dates for existing equipment. There are inoperable cameras noted, particularly at Elmendorf PFC and Buckner PFC. Notably, the previous maintenance contract ended in April 2025, and the contractor is responsible for maintaining adequate spare parts. Procurement responsibilities include licensing for any replacement items, with the previous contractor's total contract value listed at $1,056,024, now terminated. The document emphasizes that all preventative maintenance should cover software updates and related costs. The purpose of the RFP is to solicit proposals for ongoing maintenance and support services for surveillance systems at specified locations, thereby ensuring operational efficiency and system reliability moving forward.
    The Department of the Air Force is soliciting quotes for the maintenance of a 24/7 Access and Surveillance System under RFQ number FA500025Q0034. This procurement is specifically set aside for small businesses and adheres to FAR Part 13 procedures. The solicitation covers a range of non-personal services, including preventative maintenance and system repairs for three facilities: Elmendorf Fitness Center, Buckner Fitness Center, and Hangar 5, with performance periods spanning from July 30, 2025, to September 29, 2027. The evaluation of quotes will prioritize price and technical acceptability, factoring in an Option to Extend Services (OTES) amount for contract evaluation. Vendors must demonstrate their technical capability through a three-page statement outlining their qualifications and must fill out a designated price schedule. A site visit for interested bidders is scheduled for July 14, 2025, and all inquiries must be sent via email by July 15, 2025. The solicitation closes on July 22, 2025, ensuring all quotes must be valid for 60 days post-submission. This solicitation illustrates the Air Force's commitment to ensuring effective maintenance and operational readiness of its facilities while leveraging small business contributions.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    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.
    Fiber J&A
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking to justify a contract award related to fiber network products and services at Eielson Air Force Base in Alaska. This procurement involves the acquisition of digital network products, which are critical for maintaining and enhancing the IT and telecommunications infrastructure. The Justification and Approval (J&A) process indicates the importance of these goods in supporting operational capabilities at the base. For further inquiries, interested parties can contact Garrett Guiliano at garrett.guiliano@us.af.mil or Justin Williams at justin.williams.18@us.af.mil.
    FTQW 20 0504 2 CHPP Electrical Upgrades
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for electrical upgrades at the Central Heat Power Plant (CHPP) located at Eielson Air Force Base in Alaska. The project aims to enhance and modify the low voltage electrical and lighting systems, which includes the removal and replacement of outdated electrical panels, transformers, and lighting fixtures to meet current standards. This upgrade is critical for maintaining operational efficiency and safety within the facility, which is essential for military operations. Interested small businesses must submit their electronic bids by January 20, 2026, with a project magnitude estimated between $1 million and $5 million. For further inquiries, contact SrA Christopher Blackburn at 907-377-3841 or via email at 354CONS.PKA.MonitorConstruction@us.af.mil.
    Edwards AFB Fire Suppression Maintenance 2026
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the Fire Suppression Maintenance contract at Edwards Air Force Base (AFB) for the year 2026. This contract encompasses the testing, maintenance, and repair of the pre-action fire suppression system at the Benefield Anechoic Facility, Building 1030, ensuring compliance with NFPA and UFC standards, with a total potential contract value of approximately $19.5 million over a five-year period. The procurement includes specific recurring tasks across multiple quadrants, with contractors required to utilize boom lifts for high-ceiling inspections and adhere to various federal regulations and standards. Interested vendors must submit their quotes by December 15, 2025, and are encouraged to attend a site visit on November 24, 2025, with prior registration required. For further inquiries, contact Jamil Minosa at jamil.minosa.2@us.af.mil or Abel Alcantar at abel.alcantar.1@us.af.mil.
    Anchorage Air Force Hub Recruiting Office
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, is seeking proposals for a lease of approximately 1,800 gross square feet of fully serviced office space in Anchorage, Alaska, for an Air Force Recruiting Office. The lease will be for a term of five years, with the government retaining termination rights, and must include parking for up to seven government vehicles. This procurement is critical for supporting military recruitment operations, ensuring that the facility meets specific construction and security specifications as outlined in the associated documents. Interested parties must submit their proposals by April 11, 2025, and can contact Amy DelaCruz at Amy.n.Delacruz@usace.army.mil or call 907-753-2859 for further information.
    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.
    Ellsworth AFB Simplified Acquisition of Base Engineering Requirements (SABER)
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for the Simplified Acquisition of Base Engineering Requirements (SABER) at Ellsworth Air Force Base in South Dakota. This procurement aims to establish a firm-fixed price indefinite delivery indefinite quantity contract, where the selected contractor will provide all necessary personnel, equipment, transportation, and supplies to execute various task orders related to base engineering. The work is crucial for maintaining safe, sanitary, and operational conditions at the base, adhering to all applicable regulations. Proposals are due by July 10, 2025, with an anticipated award date of August 30, 2025. Interested contractors must be registered in the System of Award Management (SAM) and can direct inquiries to the primary contact, Samantha Hough, at samantha.hough.2@us.af.mil or 605-385-1730.
    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.
    J&A-Base Operations Support Services Bridge Contract
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking contractors to provide Base Operations Support Services for Fort Wainwright and its subordinate locations in Alaska. The procurement aims to fulfill a requirement under unusual and compelling urgency, as justified in accordance with FAR 6.302, which necessitates the services to be provided without full and open competition. These services are critical for maintaining operational readiness and supporting the daily functions of military installations. Interested parties can reach out to Elisse Teachey at elisse.s.teachey.civ@army.mil or by phone at 808-787-5588, or Keely Pool at keely.k.pool.civ@army.mil or 808-787-8807 for further details.
    Fleet Janitorial Services Maintenance
    Dept Of Defense
    The Department of Defense, specifically the Air Force Test Center, is seeking proposals for Fleet Janitorial Services Maintenance at Edwards Air Force Base in California. The contract requires the provision of comprehensive janitorial services for aircraft, including cleaning galley areas, managing waste, replenishing supplies, and servicing potable water systems, with a performance period extending from March 16, 2026, to March 31, 2031. This opportunity is critical for maintaining operational readiness and hygiene standards for aircraft assigned to the base. Interested small businesses must submit their proposals by January 26, 2026, and can direct inquiries to Richard Godoy at richard.godoy@us.af.mil or Cinthia Arias at cinthia.arias@us.af.mil, with an estimated total contract value of $22 million.