Base Alarm Services - Los Angles Air Force Base
ID: A057114Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA2816 SMC PK PKOEL SEGUNDO, CA, 90245-2808, USA

NAICS

Security Systems Services (except Locksmiths) (561621)

PSC

MISCELLANEOUS ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS (6350)

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 proposals for Base Alarm Services at Los Angeles Air Force Base (LAAFB) under a Total Small Business Set-Aside. The contract aims to provide maintenance and repair services for the base's alarm and CCTV systems, including tasks such as cleaning, scheduling, and troubleshooting network issues related to the alarm systems and surveillance equipment. This procurement is critical for ensuring the security and operational integrity of the base's security infrastructure. Interested contractors must submit their quotes by February 3, 2026, at 12:00 PM PST, and are encouraged to direct any questions to Lt Dorian Maynard or TSgt Kenneth Sparks via email by January 20, 2026.

    Files
    Title
    Posted
    The provided document is protected by Microsoft Purview Information Protection, indicating it is a secure file. To access and view its content, users are advised to open it using the latest version of Adobe Acrobat Reader or another compatible PDF reader. The document offers support for both desktop and mobile platforms, along with a FAQ section and a link to Adobe's Privacy Policy. This protection is a standard measure for sensitive government files, such as those related to RFPs or grants, to ensure data security and controlled access.
    The document outlines an Invitation for Bid (IFB) for alarm system services, titled 'Base Alarm Follow On 2026 - IGE.' It details various Contract Line Item Numbers (CLINs) for services and equipment, including on-site support for base alarm systems, equipment and parts not covered in the Performance Work Statement (PWS), and specialized alarm services for Sensitive Compartmented Information Facilities (SCIFs) along with their respective equipment and parts. The IFB also includes options for extended service periods. It specifies that all services require the contractor to provide transportation, supplies, personnel, and equipment as per Attachment 1 - PWS. Furthermore, the document requests a narrative explanation for the source of data listed on the Independent Government Estimate (IGE), detailing how estimates were made, assumptions, tools used, information sources, and comparisons with previous pricing.
    The document outlines a government Request for Proposal (RFP) for Base Alarm System Services, detailing various Contract Line Item Numbers (CLINs) for a base period and four option years, plus a six-month extension. The services include providing personnel, transportation, supplies, and equipment for two employees dedicated to base alarm system services. Additionally, there are CLINs for ordering equipment and parts not covered in the Performance Work Statement (PWS) for both the general base alarm systems and for Sensitive Compartmented Information Facility (SCIF) alarm services. All ordered items and their pricing must be verified by the Contracting Officer's Representative (COR) and the contracting office before invoicing.
    This document addresses solicitation questions for a Base Alarm Follow-on Contract, succeeding FA281621F0011 with Signet Technologies. Key requirements include a secret clearance for the company, CMMC compliance as a base network responsibility, and mandatory CBTs for employees. The project focuses on maintaining existing alarm, access control, and CCTV systems, specifically Monitor Dynamics SAFE and Genetec platforms, rather than new installations. The government will not issue a formal SF-1149 but will use SF 1449, including applicable FAR, DFARS, and DAFFARS clauses. No site visits are scheduled due to security, and provided information is deemed sufficient for quoting. The contractor is responsible for maintaining an existing stock of parts and replacing used parts under CLIN funding; they are not responsible for providing initial funding for parts.
    Lifecycle
    Similar Opportunities
    Loading similar opportunities...