36 WG Command Post CCTV Maintenance Support and Labor
ID: FA524025Q0045Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA5240 36 CONS LGCAPO, AP, 96543-4040, 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, through the Department of the Air Force, is soliciting proposals for the "36 WG Command Post CCTV Maintenance Support and Labor" contract, aimed at providing preventative and unscheduled maintenance for the security systems at the 36th Wing Command Post located at Andersen Air Force Base in Guam. The contractor will be responsible for maintaining a Closed-circuit television (CCTV) system, Access Entry Control System (AECS), and Intrusion Detection System (IDS), ensuring they operate according to manufacturer specifications while providing 24/7 technical support and adhering to strict response times for critical and non-critical issues. This opportunity is a Total Small Business Set-Aside under NAICS Code 561621, with quotes due by August 11, 2025, at 2:00 p.m. Chamorro Standard Time (ChST), and interested parties are encouraged to contact June G. Borja or Elena Gifford for further details and site visit coordination.

    Files
    Title
    Posted
    The Department of the Air Force, Headquarters 36th Wing (PACAF) at Andersen Air Force Base, Guam, is soliciting a services contract for preventative and unscheduled maintenance of the 36th Wing Command Post's security system (Building 21007). This system comprises Closed-circuit television (CCTV), Access Entry Control System (AECS), and Intrusion Detection System (IDS). The contractor will provide all necessary personnel, equipment, and materials to ensure these systems operate per manufacturer specifications, with future upgrades possibly excluding AECS and CCTV from the scope. Key requirements include developing a preventative maintenance plan, offering 24/7 technical support, providing spare parts, and adhering to strict response times for non-critical (24 hours) and critical (6 hours) malfunctions. The contract is for a 12-month base year, with performance hours from 8:00 AM to 4:30 PM, Monday through Friday, excluding federal holidays. The contractor is responsible for safeguarding government property and adhering to base security and traffic regulations.
    The document outlines mandatory Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) clauses for federal government contracts, particularly for commercial products and services. It details requirements for contractor compliance, emphasizing areas such as compensation of former DoD officials, whistleblower rights, safeguarding defense information, and prohibitions on certain telecommunications equipment and foreign procurements from specific regions (e.g., Xinjiang Uyghur Autonomous Region, Maduro Regime). Key sections include instructions for electronic payment submissions via Wide Area WorkFlow (WAWF), post-award small business program re-representation, and flow-down requirements for subcontracts. The document also incorporates clauses related to labor standards, environmental protection, and restrictions on unmanned aircraft systems from covered foreign entities, ensuring adherence to various statutory and executive order mandates.
    This government file, Wage Determination No. 2015-5693 Revision No. 24, issued by the U.S. Department of Labor, outlines the minimum wage rates and fringe benefits for service contract workers in Guam, Northern Marianas, and Wake Island, effective June 2, 2025. It emphasizes compliance with Executive Order 14026, mandating a minimum wage of $17.75 per hour for contracts entered into or renewed after January 30, 2022, with annual adjustments. The document details specific wage rates for numerous occupations across various fields, including administrative support, automotive, healthcare, and technical roles. It also specifies fringe benefits such as health and welfare, vacation accrual (2 weeks after 1 year, 4 weeks after 3 years), and eleven paid holidays. Special provisions cover night and Sunday pay for air traffic controllers and weather observers, hazardous pay differentials (4% or 8% based on hazard degree), and uniform allowances. The file also provides a conformance process for unlisted job classifications, ensuring fair compensation and adherence to the Service Contract Act.
    The document provides a series of questions and answers regarding a federal government Request for Information (RFI) for CCTV maintenance support and labor, specifically for the 36 WG Command Post. It clarifies that the CCTV equipment is Bosch (models unknown) and the Intrusion Detection System (IDS) is Vindicator (Windows 7, version 3.2), with unknown sensor models, though motion and BMS sensors are present. The Access Entry Control System (AECS) is Vindicator V and AES 1500. The government will cover replacement parts. Personnel require at least a Secret Clearance. There is no existing equipment list, but a layout diagram is available, and any replaced equipment must be on the Non-Nuclear CMD listing. The document also includes extensive lists of approved Command, Control and Display Equipment (CCDE), Video Management Systems (VMS), Cameras/Imagers, and Intrusion Detection Sensors for new procurements and existing installations, categorizing them for different security levels (PL-1 to PL-4). It also details which equipment is
    The Department of the Air Force intends to contract preventative maintenance services for the 36 Wing Command Post security system at Andersen Air Force Base, Guam. The service scope encompasses maintenance for Closed-circuit television (CCTV), Access Entry Control System (AECS), and Intrusion Detection System (IDS). The contractor must ensure all equipment operates per manufacturer specifications and develop a preventative maintenance plan within 30 days post-award. Key requirements include monthly on-site inspections, emergency response times of 6 hours for critical and 24 hours for non-critical issues, and comprehensive reporting of maintenance activities. The contractor will provide a point of contact for contract matters, perform necessary maintenance, and coordinate with government personnel. Furthermore, the contractor must comply with security protocols, including identification procedures and adherence to base traffic regulations. The contract spans a base year of 12 months, with liability for damages arising from procedural neglect. This procurement emphasizes the importance of maintaining security functionalities essential for mission operations, aligning with government objectives for operational efficiency and safety protocols.
    The document FA524025Q0045 outlines the clauses incorporated by reference, specific requirements, and terms related to federal government contracts under the Federal Acquisition Regulation (FAR). It includes a comprehensive list of clauses addressing various issues such as compensation for former Department of Defense (DoD) officials, whistleblower rights, safeguarding defense information, and prohibitions on acquiring supplies from certain regions, including the Xinjiang Uyghur Autonomous Region and those operated by the Maduro Regime. Key clauses also cover the electronic submission of payment requests, restrictions on the use of certain telecommunications equipment, and requirements for small business participation and employment practices. The document establishes guidelines for compliance with laws and executive orders related to federal acquisitions, ensuring transparency and accountability in contracting practices. Overall, it serves to inform potential contractors of the necessary legal frameworks and operational standards they must adhere to when participating in federal contract opportunities, emphasizing compliance, ethical conduct, and safeguarding national security interests.
    The document outlines the Wage Determination No. 2015-5693 from the U.S. Department of Labor concerning the Service Contract Act, which mandates minimum wage and fringe benefits for workers employed under covered contracts. It specifies that contracts entered into after January 30, 2022, must pay at least $17.75 an hour or the specified wages in the determination, whichever is higher. The document lists various occupations, their corresponding wage rates, and guidance on the required fringe benefits such as health and welfare payments, vacation, and holiday pay. Additionally, it addresses compliance and conformance processes for job classifications not listed. It highlights distinctions regarding exempt computer-related positions and outlines specific benefits, such as uniform allowances and hazardous pay. The information is crucial for federal contractors and grantees to ensure adherence to wage and labor standards under federal contracts, emphasizing the importance of compliance for both contractor and employee rights.
    The Department of the Air Force, Headquarters 36th Wing (PACAF) Andersen Air Force Base Guam, has issued a Request for Quotes (RFQ) FA524025Q0045 for "36 WG Command Post CCTV Maintenance Support and Labor." This is a 100% Small Business Set-Aside under NAICS Code 561621. The solicitation, issued using simplified acquisition procedures, seeks a contractor for a one-year preventive maintenance contract, including unscheduled maintenance with critical responses within 24 hours and non-critical within 6 hours. Quotes are due by August 5, 2025, at 2:00 p.m. Chamorro Standard Time (ChST). The award will be a Firm Fixed Price (FFP) contract based on a best-value determination, evaluating technical acceptability and price. Offerors must be registered and active in the System for Award Management (SAM) database, and quotes must include their Unique Entity Identity, CAGE code, Tax ID, and small business status. All questions must be submitted via email by July 24, 2025, at 10:00 AM, and answers will be posted on sam.gov. Electronic submission of quotes is mandatory.
    The Department of the Air Force is soliciting bids for the maintenance support of the Command Post Security System at Andersen Air Force Base, Guam, through Request for Quotes (RFQ) number FA524025Q0045. This solicitation is specifically set aside for small businesses and requires vendors to provide preventive and unscheduled maintenance of various security systems, including CCTV, for a one-year period. Quotes must be submitted electronically by August 5, 2025, at 2:00 p.m. Chamorro Standard Time. The evaluation process will consider both technical acceptability and price, with a focus on achieving the best value for the government. Offerors must adhere to submission guidelines, providing comprehensive documentation on their proposed services. All participating vendors must be registered in the System for Award Management (SAM) to be eligible for contract award. This procurement highlights the government's commitment to maintaining robust security systems while fostering opportunities for small businesses to participate in federal contracts.
    Lifecycle
    Title
    Type
    Similar Opportunities
    MFT 25-96 - DCC Surveillance System
    Buyer not available
    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.
    Naval Hospital Guam-Agana Expanded Badge Readers and Alarm Systems
    Buyer not available
    The Defense Health Agency (DHA) intends to award a sole-source contract to G4S Security Systems (Guam), Inc. for the procurement and installation of a badge access system, duress alarm system, and bathroom panic button system at Naval Hospital Guam-Agana (NHGA). This acquisition is necessary to enhance security measures within the Mental Health Department/Crisis Stabilization Program, ensuring that the new systems are compatible with the existing WinPak security framework at the facility. The contract is set to be awarded with a delivery date of September 30, 2025, and interested vendors may submit capability statements to challenge the sole-source basis by August 28, 2025, via email to Cha-on P. Gordon at cha-on.p.gordon2.civ@health.mil. No telephone requests will be honored.
    Andesern AFB - Portable Toilet BPA
    Buyer not available
    The Department of Defense, through the Department of the Air Force, is seeking to establish up to three Blanket Purchase Agreements (BPA) for the rental, delivery, and servicing of portable sanitation equipment at Andersen Air Force Base in Guam. The procurement includes standard single-occupancy portable chemical toilets, multi-stall luxury restroom trailers, and free-standing portable hand wash stations, with services encompassing daily waste pumping, cleaning, and restocking of supplies. This initiative supports the operational needs of the 36 Wing and surrounding areas, with responses due by December 10, 2025, at 10:00 A.M. Chamorro Standard Time. Interested vendors must be registered in the System for Award Management (SAM) and will be evaluated based on technical acceptability and price, with awards contingent upon fund availability.
    Base Alarm Services - Los Angles Air Force Base
    Buyer not available
    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 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 systems and surveillance equipment. This service is crucial for ensuring the security and operational integrity of the base's security infrastructure. Interested parties must submit an eight-page narrative detailing their capabilities and company profile 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.
    Mission Video Distribution System (MVDS) Services
    Buyer not available
    The Department of Defense, specifically the Air Combat Command (ACC), is seeking industry sources for the Mission Video Distribution System (MVDS) Services, with a focus on providing engineering and technical support for the HQ 9th Air Force (Air Forces Central). The procurement aims to ensure the availability and operational support of the MVDS, which is critical for military operations within the United States Central Command (USCENTCOM) Area of Responsibility, including on-site support at Shaw Air Force Base in South Carolina and Al Udeid Air Base in Qatar. Interested parties must demonstrate their capability to meet the requirements, including software development, system engineering, and compliance with security standards, while adhering to government regulations. Responses are due by January 6, 2026, at 2:00 PM EST, and inquiries should be directed to Scott D. Bedford or Nicholas Bachman via email.
    Sources Sought For Fire Alarm Radio Transmitter
    Buyer not available
    The Department of Defense, specifically the Naval Facilities Engineering Systems Command, Pacific (NAVFAC Pacific), is conducting a market survey to identify potential sources for a fire alarm radio transmitter that meets specific performance and approval requirements. The procurement involves four fire alarm radio transmitters for various substations on Naval Base Guam, which must be compatible with existing equipment and adhere to narrowband radio communication standards as outlined by federal regulations. This opportunity is crucial for enhancing safety and operational efficiency at the base. Interested suppliers are encouraged to submit detailed technical data to Ms. Josie Damo-Agcaoili via email by December 18, 2025, at 2:00 p.m. H.S.T., as late submissions will not be considered.
    Travis AFB - NONDESTRUCTIVE INSPECTION HIGH-ENERGY RADIATION COMPUTED TOMOGRAPHY (CT) SYSTEM MAINTENANCE
    Buyer not available
    The Department of Defense, through the 60th Contracting Squadron at Travis Air Force Base (AFB) in California, is seeking qualified vendors for periodic maintenance and emergency troubleshooting services for the FF85 High-Energy Radiation Computed Tomography (CT) System. The maintenance is critical to prevent dust contamination and ensure the integrity of the system's high-energy X-ray tube heads, with services required every six months and a more extensive inspection annually. Interested businesses, particularly small and disadvantaged firms, are invited to respond to this Sources Sought notice by December 15, 2025, at 1:00 PM Pacific Time, providing necessary business details and capabilities; questions must be submitted by December 9, 2025, to SSgt Alexander Love Gaunt at alexander.lovegaunt@us.af.mil.
    F-15 Cable and LOD Repair Services, Air Force Enhancement Program (AFREP) for Seymour Johnson AFB
    Buyer not available
    The Department of Defense, through the 4th Contracting Squadron at Seymour Johnson Air Force Base, is soliciting proposals for F-15 Cable and Light Off Detector (LOD) Repair Services as part of the Air Force Enhancement Program (AFREP). This procurement involves a total small business set-aside for a firm fixed-price indefinite delivery indefinite quantity (IDIQ) contract, which includes a one-year base period and four one-year options, requiring the service provider to repair F-15E cable and LOD parts to serviceable condition in accordance with specified technical orders. Interested vendors must possess an approved Source of Approved Repair (SAR) letter and be registered in the System for Award Management (SAM) to be eligible for award. For inquiries, potential offerors can contact Angela Gibson at angela.gibson.4@us.af.mil or Glinnis Thompson at glinnis.thompson@us.af.mil, referencing Solicitation Number FA480926Q0003. All solicitation documents will be available on SAM.gov.
    Luke Air Force Base 2026 Air Show - Video Screen Services
    Buyer not available
    The Department of Defense, through the Air Force, is seeking a contractor to provide video screen services for the Luke Air Force Base 2026 Air Show, scheduled for March 20–22, 2026. The contractor will be responsible for supplying and operating high-resolution, daylight-viewable screens that can integrate multiple video sources, ensuring optimal visibility for attendees. This procurement is crucial for enhancing the event experience, as it involves significant audio-visual support for a large audience. Interested small businesses are encouraged to prepare for the upcoming formal solicitation, which will be posted within 7 days of this presolicitation notice. For further inquiries, potential bidders may contact 2d Lt Jalen Johnson at jalen.johnson.17@us.af.mil or Jacqueline C. Aranda at jacqueline.aranda.1@us.af.mil.
    GEOINT/Infrastructure Field Support System Maintenance
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is conducting market research to identify potential sources for the GEOINT/Infrastructure Field Support System Maintenance contract. This procurement aims to secure services for system maintenance, administration, and management in support of the Air Force Distributed Common Ground System (AF DCGS), which includes responsibilities for sensor management and ground system maintenance during Intelligence, Surveillance, and Reconnaissance (ISR) missions. The contract is crucial for ensuring operational readiness and effective management of geospatial intelligence systems, with a performance period spanning from March 29, 2027, to March 28, 2032. Interested contractors are encouraged to submit their capabilities documentation to Barry Frank at barry.frank@us.af.mil or James Jackson at james.jackson.44.ctr@us.af.mil, as participation in this market research does not guarantee future contract awards.