36th SFS Vindicator Badge Manager (VBM) WIN 10
ID: FA524025Q0022Type: Combined Synopsis/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 seeking qualified small businesses to provide services for upgrading the Vindicator® Badge Manager (VBM) system at Andersen Air Force Base in Guam. The project involves modernizing the existing Windows 7 system to Windows 10, which includes the installation of new hardware and peripherals, ensuring high security and compliance with specific operational standards. This procurement is critical for maintaining efficient access control and security operations at the base. Interested parties must submit their quotes electronically by September 18, 2025, at 11:00 AM CST, and should direct any questions to the primary contact, 2nd Lt Jake Jandra, at jake.jandra.1@us.af.mil or by phone at 671-366-4686.

    Point(s) of Contact
    Files
    Title
    Posted
    The Department of the Air Force, Headquarters 36th Wing (PACAF) Andersen Air Force Base Guam, has issued a Combined Synopsis/Solicitation (FA524025Q0022) for a 100% Small Business Set-Aside for '36 SFS Vindicator Badge Manager' services. This Request for Quotes (RFQ) under NAICS Code 561621 (Security Systems Services) seeks vendors to provide Vindicator Hardware, installation, system training, shipping, and servicing for a base year and two option years. Quotes are due by September 11, 2025, at 11:00 A.M. CST. The Government intends to award a Firm Fixed Price (FFP) contract to the offeror providing the Best Value, based on technical acceptability and price. All offerors must be registered and active in the System for Award Management (SAM) database, and quotes must be submitted electronically to both Jake Jandra and Elias Campos.
    The Department of the Air Force, Headquarters 36th Wing (PACAF) Andersen Air Force Base Guam, has issued a combined synopsis/solicitation (FA524025Q0022) for a 36 SFS Vindicator Badge Manager. This Request for Quotes (RFQ) is a 100% Small Business Set-Aside with a size standard of $25 million under NAICS code 561621 (Security Systems Services). The solicitation includes contract line item numbers (CLINs) for Vindicator Hardware, hardware installation, system training, shipping, and servicing for a base year and two option years. Quotes are due by September 18, 2025, at 11:00 AM CST and must be submitted electronically. The government intends to award a Firm Fixed Price (FFP) contract to the responsible offeror whose technically acceptable offer represents the best value. Questions regarding the solicitation must be submitted via email by September 15, 2025, at 11:00 AM. Offerors must be registered and active in the System for Award Management (SAM) database.
    This Performance Work Statement outlines a non-personnel services contract for upgrading the Vindicator® Badge Manager (VBM) system at Building 2403, Andersen Air Force Base, Guam. The upgrade from Windows 7 to Windows 10 aims to create a robust and sustainable VBM program, enhance security, and improve user interface and expandability. The scope includes installing new hardware like a Fargo DTC5500 LMX Card printer, VBM Signature Pad, and Videology Badging camera, along with transferring data from the legacy system. The contractor is responsible for installation, programming, system checks, training, and a sustainment obligation including annual preventive maintenance. The VBM system must meet specific criteria for high security, customizable badge design, dual-sided printing, encoding capabilities (magnetic stripe, smart card, biometric integration), durability, speed, user-friendliness, and compliance with security standards. The contract is a Firm Fixed Price, with a one-year base period and two one-year options. The government will provide facility access and utilities, while the contractor furnishes all necessary materials, equipment, and Vindicator Certifications for personnel.
    This Performance Work Statement outlines a non-personnel services contract for upgrading the Vindicator® Badge Manager (VBM) system at Building 2403, Andersen Air Force Base, Guam. The upgrade aims to modernize the existing Windows 7 system to Windows 10, resolving frequent hardware and software issues and establishing a robust sustainment program. The scope includes installing a new VBM 3 Badge Manager SA Workstation, a Fargo DTC5500 LMX Card printer with Laminator, VBM Signature Pad, Videology Badging camera, and associated peripherals. The contractor is responsible for system removal, installation, programming, data transfer, and setting up a redundant system. The VBM must meet specific criteria for high security, customizable design, dual-sided printing, encoding capabilities, durability, speed, user-friendliness, and compliance with security standards. The contract is a Firm Fixed Price for a one-year base period and two one-year options. The contractor must provide all necessary equipment and materials, including specific ribbon, overlaminate, cleaning kits, KVM extenders, and various cables, while the government provides facility access and utilities.
    The document outlines a Performance Work Statement (PWS) for upgrading the Vindicator Badge Manager (VBM) system at Andersen Air Force Base, Guam. The primary aim is to enhance the current system, migrate from Windows 7 to Windows 10, and implement a three-year sustainability strategy. This includes upgrading user interfaces, enhancing security protocols, and ensuring system expandability to accommodate future badge generation needs. Key objectives involve regular software updates, training for users, and establishing a support team to troubleshoot issues. The contract entails the removal of the existing VBM system and the installation of a new VBM 3 Badge Manager SA Workstation, including associated equipment like a card printer and signature pad. The contract emphasizes strict quality assurance measures, security requirements, and contractor responsibilities, demanding individuals with Secret security clearances. The performance period includes one base year and two optional years, ensuring continual compliance with industry standards. Overall, the project represents the government's commitment to improving security access management systems while ensuring operational efficiency and sustainability over the contract period.
    The document outlines various clauses and instructions for federal government contracts, particularly focusing on payment processing, unique item identification, and compliance with federal regulations. Key elements include the Wide Area WorkFlow (WAWF) payment instructions (DFARS 252.232-7006), requiring electronic submission of payment requests and receiving reports via WAWF, with specific document types and routing data. It also details Item Unique Identification and Valuation (DFARS 252.211-7003) for items costing $5,000 or more, mandating unique identifiers marked with data matrix symbology and reported at delivery. The document incorporates numerous FAR and DFARS clauses by reference and full text, covering areas like supply chain security, prohibitions on certain foreign products, labor standards, and environmental compliance. Supplemental clauses address an Ombudsman for dispute resolution, restrictions on ozone-depleting substances, health and safety on government installations, and contractor access to Air Force installations.
    The document is a Request for Information (RFI) from the Department of the Air Force, specifically the 36th Wing at Andersen Air Force Base in Guam, dated 8 July 2025. It seeks market research and sources for engineering services related to the Vindicator Badge Manager (VBM) for the 36th Security Forces Squadron (SFS). The RFI is part of a planning process and does not constitute a formal Request for Proposals. Responses are voluntary, and the government will not cover associated costs. The document details the items required in the performance work statement, including physical parts, system testing, installation, and servicing options. Interested businesses must provide manufacturer details, estimated delivery times, and cost estimates for specified Contract Line Items (CLINs), such as VBM parts and services. Responses must be submitted by 15 July 2025, with contact information for the contract specialists included. This RFI serves to gather capabilities and readiness from potential providers, laying the groundwork for future procurement actions.
    This government file, titled "Sole Source (Including Brand Name) Justification - Simplified Procedures for Certain Commercial Items," outlines the process for justifying sole-source acquisitions under simplified procedures. It emphasizes that contracting activities must determine price fairness and reasonableness in accordance with FAR 13.106-3(a) before awarding a contract. The document anticipates that contracting officers will be able to achieve a fair and reasonable price through competitive quotations, even in sole-source scenarios. The repeated header and page numbering suggest a standardized template for these justifications.
    This government file, Wage Determination No. 2015-5693 Revision No. 25, outlines the minimum wage rates and fringe benefits for service contract employees in Guam, Northern Marianas, and Wake Island, effective July 8, 2025. It mandates an Executive Order 14026 minimum wage of $17.75 per hour for contracts entered into or renewed on or after January 30, 2022, with annual adjustments. The document details specific wage rates for numerous occupations across various sectors, including administrative, automotive, food service, health, and technical roles. It also specifies fringe benefits such as health and welfare, vacation, and eleven paid holidays. Special provisions cover computer employees, air traffic controllers, and weather observers, including night and Sunday pay differentials. Hazardous pay differentials for work with ordnance and uniform allowances are also defined. The document concludes with a conformance process for unlisted job classifications, emphasizing the importance of aligning duties with existing classifications rather than titles.
    Lifecycle
    Title
    Type
    Similar Opportunities
    (Q0179) F16 Bulkhead Assmbly (P/N 16B6216-19)
    Dept Of Defense
    The Department of Defense, specifically the U.S. Air Force, is soliciting quotes for the procurement of an F16 Bulkhead Assembly (Part Number 16B6216-19) with a total quantity of one unit. This procurement is critical due to its association with flight and safety deficiency hazards, and the delivery is required on or before May 1, 2026, to Hill Air Force Base in Utah. The opportunity is set aside for small businesses under NAICS code 336413, and interested vendors must adhere to strict packaging, marking, and quality assurance standards as outlined in the solicitation documents. Quotes are due by December 30, 2025, and potential bidders should contact Brad Wood at bradley.wood.11@us.af.mil or Arthur Gumushyan at arthur.gumushyan@us.af.mil for further information.
    36 CES Airfield Lighting Control and Monitoring System (ALCMS) Repair
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking contractors for the repair of the Airfield Lighting Control and Monitoring System (ALCMS) at the 36th Civil Engineer Squadron in Yigo, Guam. The procurement involves maintenance, repair, and rebuilding of electrical and electronic equipment components, as detailed in the attached justification and approval document. This system is critical for ensuring the safety and efficiency of airfield operations, highlighting the importance of reliable lighting control and monitoring. Interested parties can reach out to Lauren Reyes at laurenrenee.reyes.2@us.af.mil or by phone at 671-366-6612, or Aubreeana Taylor at aubreeana.taylor@us.af.mil or 671-366-6603 for further information.
    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.
    Naval Hospital Guam-Agana Expanded Badge Readers and Alarm Systems
    Dept Of Defense
    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.
    Quickset Gimbal
    Dept Of Defense
    The Department of Defense, specifically the Air Force Life Cycle Management Center (AFLCMC), is seeking quotes for a Quickset Gimbal system to be delivered and installed at Wright-Patterson Air Force Base, Ohio. This procurement is a 100% small business set-aside under NAICS code 334516, with the objective of acquiring a system that stabilizes and controls a collection of hyperspectral, multispectral, and high-speed remote sensing instruments, which are vital for educational purposes in Optical Engineering and Applied Physics courses. The selected vendor must meet specific technical requirements, including a minimum payload capacity of 1200 lbs and an IP67 environmental rating, with a contract period of performance of six weeks post-award. Quotes are due by December 19, 2025, at 1:00 PM EST, and interested parties should direct inquiries to Bryson Pennie and Linh Jameson via email before December 16, 2025.
    F-16 MMC Mounting Base, Electric, 8EA FMS
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is soliciting bids for the procurement of eight F-16 MMC Mounting Base, Electric units under solicitation FA8212-25-Q-0017. This procurement is part of Foreign Military Sales (FMS) to Bulgaria and Taiwan, requiring compliance with specific quality standards, including AS9100 and Cybersecurity Maturity Model Certification (CMMC) Level II. The mounting bases are critical components for the F-16CG aircraft, with a delivery deadline set for December 31, 2028. Interested contractors must submit their quotations by January 6, 2026, and can reach out to Leslie Evans at leslie.evans.1@us.af.mil or Brandon Moses at Brandon.moses.1@us.af.mil for further inquiries.
    F-35 VDATS NAI API
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking sources for the procurement of the F-35 VDATS NAI API, with a focus on small businesses as this opportunity is set aside for total small business participation. The procurement involves a firm fixed-price contract for specific equipment, including instrument simulators and position indicators, with a delivery timeline not exceeding 120 days after receipt of order (ARO). This equipment is critical for maintaining and supporting the operational capabilities of the F-35 aircraft. Interested vendors should contact Fernando Orozco at 801-777-1625 or via email at fernando.orozco.1@us.af.mil, or Lasonia Anderson at 478-926-9510 or lasonia.anderson@us.af.mil for further details.
    SOURCES SOUGHT//SDVOSB - Dover AFB Isochronal Stand Maintenance
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is conducting a Sources Sought notice to identify potential sources for the maintenance of the Isochronal Stand System at Dover Air Force Base (AFB). The procurement aims to secure a contractor capable of providing comprehensive management, tools, supplies, and labor for preventative maintenance, unscheduled repairs, and emergency services related to the Kern Steel Fabrication, Inc. ISO Stand System, which is critical for the operational readiness of the C-5 Galaxy aircraft. Interested parties must submit a capability statement demonstrating relevant experience and qualifications by December 15, 2023, with responses directed to 2d Lt Travis Ambrose and Ms. Charidy Vessels via email. The anticipated contract period spans from March 1, 2026, to September 30, 2030, with a focus on Service-Disabled Veteran-Owned Small Business participation.
    AMDOTS Warranty Justification and Approval
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking justification and approval for the AMDOTS warranty. This procurement is categorized under IT and Telecom platform products, focusing on database, mainframe, and middleware solutions. The goods and services involved are crucial for maintaining operational efficiency and reliability within the Air Force's IT infrastructure. Interested parties can reach out to SSgt Joshua Connelly at joshua.connelly.1@us.af.mil or by phone at 402-294-2883 for further details regarding this opportunity.
    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.