ContractCombined Synopsis/SolicitationTotal Small Business Set-Aside (FAR 19.5)

7 MUNS Vindicator

DEPT OF DEFENSE FA466126Q0031
Response Deadline
May 20, 2026
12 days left
Days Remaining
12
Until deadline
Set-Aside
Total Small Business Set-Aside (FAR 19.5)
Notice Type
Combined Synopsis/Solicitation

Contract Opportunity Analysis

The Department of the Air Force’s 7th Contracting Squadron at Dyess AFB is seeking a firm-fixed-price contract to replace the 7th Munitions Squadron intrusion detection system. The work covers removal of the legacy Monaco IDS and installation of a new Honeywell Vindicator IDS, including all hardware, software, licensing, fiber optic cabling and conduit, system testing, and operator and administrator training across the identified buildings at Dyess AFB. The project also involves new fiber infrastructure, trenching, and intrinsically safe installations that must comply with DoDM 5100.76 and UFC 4-021-02, with quotes evaluated on price, technical acceptability, and past performance. Final offers are due by email to christian.limtiaco@us.af.mil and trevor.finch.1@us.af.mil on 20 May 2026 at 8:00 a.m. CST, with an optional site visit scheduled for 17 April 2026 and questions due 22 April 2026.

Classification Codes

NAICS Code
561621
Security Systems Services (except Locksmiths)
PSC Code
N063
INSTALLATION OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS

Solicitation Documents

12 Files
FA466126Q0031.pdf
PDF265 KBApr 14, 2026
AI Summary
The 7th Contracting Squadron at Dyess AFB issued RFQ FA466126Q0031 on April 3, 2026, for a Firm-Fixed Price (FFP) contract to replace the Intrusion Detection System (IDS) for the 7th Munitions Squadron. This project involves removing the legacy Monaco IDS and installing a new Honeywell Vindicator IDS, including hardware, software, licensing, fiber optic cabling, conduit, system testing, and training. The NAICS code is 561621 with a small business size standard of $25.0 Million. No set-aside type is specified, indicating a mandatory source. Offers will be evaluated based on price, technical acceptability, and past performance, with non-price factors being approximately equal to price. Funds are not yet available, and the government reserves the right to cancel the solicitation. Questions are due by April 17, 2026, and an optional site visit is scheduled for April 13, 2026, requiring an RSVP by April 10, 2026. Quotes, including a pricing schedule, technical approach, and past performance information, are due by May 4, 2026, and must remain valid for 90 days.
Attachment 7 - Pricing Schedule.pdf
PDF134 KBMay 8, 2026
AI Summary
Attachment #7: Pricing Schedule outlines the installation of Vindicator Intrusion Detection systems across multiple buildings, specifically BLDG 9142, 9143, and 9129. The schedule also includes trenching, fiber installation, and associated prep work required for the Vindicator system. Additionally, options are provided for installations in BLDG 9130, 9131, 9132, 9134, and 9135. Each installation and related task is listed as a single 'Job' quantity, culminating in a total price. This document serves as a pricing schedule for a government Request for Proposal (RFP) or similar procurement, detailing the scope of work for security system installations and associated infrastructure.
Attachment 6 - Drawings.pdf
PDF218 KBMay 8, 2026
AI Summary
The document outlines a proposed conduit infrastructure project, likely related to a government Request for Proposal (RFP) or a similar infrastructure development initiative. The core components involve establishing a fiber tie-in point and constructing a new conduit path. The project requires the demolition of an existing building and includes provisions for future requirements, indicating a phased or expandable development. The plan distinguishes between existing conduit containing copper wiring and specifies a minimum, must-have facility, along with dual conduit lines to accommodate various communication or utility needs. The numerical list at the beginning appears to be an inventory or identifier of facilities. This document serves as a foundational blueprint for physical infrastructure upgrades, emphasizing the strategic placement and expansion of utility conduits.
Attachment 5 - SOW.pdf
PDF318 KBMay 8, 2026
AI Summary
This Statement of Work (SOW) outlines the replacement of the outdated Monaco Intrusion Detection System (IDS) with the Honeywell Vindicator System IDS across eight buildings (9129, 9130, 9131, 9132, 9134, 9135, 9142, and 9143) at Dyess Air Force Base, TX. The project, critical for enhancing security and operational reliability, involves extensive fiber optic infrastructure expansion including trenching and installing new cabling to support future scalability. The contractor is responsible for all labor, materials, installation, monitoring, and maintenance, adhering to manufacturer standards, US laws, commercial practices, and specific Air Force Instructions. Key aspects include system installation, user training for less than 10 personnel, and rigorous multi-phase testing (minimum 33 days) to ensure full functionality and compliance. The contractor must also meet strict security, safety, and access requirements for the restricted military installation, including personnel certifications (US citizenship, Honeywell certified technician), vehicle identification, and adherence to specific work schedules and reporting protocols. An ombudsman is available for unresolved concerns, and the project prohibits the use of Class I Ozone Depleting Substances.
Attachment 4 - Sections L and M final.pdf
PDF218 KBMay 8, 2026
AI Summary
This Request for Quotation (RFQ) outlines the requirements for installing Honeywell Vindicators (V3) at Dyess AFB, Texas, under a Firm-Fixed-Price contract, set aside 100% for Small Businesses. Offerors must be SAM.gov registered and submit quotations electronically in three volumes: Price, Technical Approach, and Past Performance Information, with strict page limits. The Government intends to award without discussions but reserves the right to conduct them. Evaluation will prioritize best value, considering price, technical acceptability, and past performance. Technical proposals must demonstrate a clear understanding of the Statement of Work (SOW), including project plans, schedules, safety measures, equipment lists, and proof of certified Honeywell technicians. Past performance will be assessed based on recent, relevant contracts similar in scope and complexity. The Government may award to a higher-priced offeror if superior technical or past performance benefits outweigh the cost.
Attachment 3 - JA.pdf
PDF711 KBMay 8, 2026
AI Summary
The Department of the Air Force's Justification for Other Than Full and Open Competition outlines the need for a brand-name acquisition and installation of Honeywell Vindicator (v3) Intrusion Detection Systems (IDS) at Dyess AFB. This action, certified by TSgt Trevor D. Finch on April 3, 2026, aims to modernize existing Monaco systems across eight buildings. The justification cites 10 U.S.C. 3204(a)(1),
Attachment 2 - Wage Determination.pdf
PDF4586 KBMay 8, 2026
AI Summary
This government file, Wage Determination No. 2015-5211, Revision No. 32, dated 12/03/2025, from the U.S. Department of Labor, outlines prevailing wage rates and fringe benefits for service contract employees in Callahan, Jones, and Taylor Counties, Texas. It details specific hourly rates for numerous occupations across various fields, including administrative support, automotive, food service, health, information technology, and maintenance. The document also includes crucial information regarding Executive Orders 13706 and 13658, pertaining to paid sick leave and minimum wage for federal contractors. Additionally, it specifies benefits such as health and welfare, vacation, and paid holidays. Footnotes provide guidance on computer employee exemptions and night/Sunday pay for air traffic controllers and weather observers. Hazardous pay differentials and uniform allowance requirements are also defined. The document concludes with the conformance process for unlisted occupations, emphasizing the importance of aligning job duties with established classifications.
Attachment 1 - Provisions and Clauses.pdf
PDF227 KBMay 8, 2026
AI Summary
This government file, FA466126Q0031, outlines mandatory clauses and instructions for federal contracts, particularly focusing on defense telecommunications, payment processing, and subcontracting limitations. Key clauses address the prohibition on acquiring covered defense telecommunications equipment or services, requiring offerors to disclose their use of such technologies and adhere to national security regulations. It details Wide Area WorkFlow (WAWF) payment instructions, including electronic invoicing procedures, document types (e.g., cost vouchers, fixed-price invoices), and routing data for various payment requests. The file also specifies limitations on subcontracting for small business set-asides, defining
Ammendment - FA466126Q00310001.pdf
PDF239 KBApr 30, 2026
AI Summary
The 7th Contracting Squadron at Dyess AFB issued an RFQ (FA466126Q00310001) for the replacement of the 7th Munitions Squadron's Intrusion Detection System (IDS). This firm-fixed-price contract requires the contractor to remove the legacy Monaco IDS and install a new Honeywell Vindicator IDS, including hardware, software, licensing, fiber optic cabling, testing, and training. The NAICS code is 561621 with a $25.0 million small business size standard. There is no set-aside, as it is a mandatory source. Funds are not currently available, and award is contingent on availability. An amendment added a second optional site visit on April 17, 2026, with an RSVP deadline of April 16, 2026. The deadline for questions is April 22, 2026, and offers are due by May 4, 2026. Proposals must include a pricing schedule, technical approach, and past performance information. Evaluation will consider price, technical acceptability, and past performance, with non-price factors approximately equal to price.
Amendment 2 - FA466126Q00310002.pdf
PDF234 KBMay 8, 2026
AI Summary
This Request for Quote (RFQ) from 7 CONS/PKB at Dyess AFB, TX (GSA RFQ ID#: FA466126Q0031) seeks a Firm-Fixed Price (FFP) contract for the 7th Munitions Squadron's Intrusion Detection System (IDS) replacement. The project involves removing the legacy Monaco IDS and installing a new Honeywell Vindicator IDS, including hardware, software, licensing, fiber optic cabling, testing, and training. The NAICS code is 561621 with a $25.0 Million small business size standard. There is no set-aside, indicating a mandatory source. Funds are not currently available, and the government reserves the right to cancel the solicitation. Amendments include a second optional site visit on April 17, 2026, with an RSVP deadline of April 16, 2026. Questions are due by April 22, 2026, 3:00 p.m. (CST). The deadline for offers is May 11, 2026, 8:00 a.m. (CST). Quotes must include a pricing schedule, technical approach, and past performance information, and remain valid for 90 days. Offers will be evaluated based on price, technical acceptability, and past performance, with non-price factors approximately equal to price.
Attachment 8.pdf
PDF10924 KBMay 8, 2026
AI Summary
This document compiles questions and answers regarding the FA466126Q0031 – MUNS Vindicator project, which focuses on upgrading security and utility infrastructure at various government buildings. Key topics include the availability of electrical circuits, the type of roadways for conduit installation (asphalt), the absence of gas lines in the work area, and procedures for obtaining dig permits through 7th CES. The project also addresses specific requirements for compaction testing, fiber optic cable lengths, the reuse of existing conduits, and the size of new conduit (4 inches). The scope covers the installation of a new Vindicator IDS headend, backup battery requirements (8 hours), and the replacement of existing PIRs and BMSs with CMD list compliant devices. All installations must be intrinsically safe and comply with DoDM 5100.76 and UFC 4-021-02. The contractor is responsible for programming the CISCO data switch and the Vindicator server, with no security clearance required for device installation.
RFQ MUNS FA466126Q00310003.pdf
PDF242 KBMay 8, 2026
AI Summary
This Request for Quote (RFQ) FA466126Q00310003, issued by the 7 CONS/PKB at Dyess AFB, TX, seeks a contractor for the 7th Munitions Squadron (MUNS) Intrusion Detection System (IDS) replacement. The project involves removing the legacy Monaco IDS and installing a new Honeywell Vindicator IDS, including hardware, software, licensing, fiber optic cabling, conduit, system testing, and training. The government intends to award a Firm-Fixed Price (FFP) contract. Key dates include an optional second site visit on April 17, 2026 (RSVP by April 16), a deadline for questions on April 22, 2026, and a final deadline for offer submissions on May 20, 2026, at 8:00 a.m. (CST). Proposals must include a Pricing Schedule, Technical Approach, and Past Performance Information. Offers will be evaluated based on price, technical acceptability, and past performance, with non-price factors being approximately equal to price. Funds are not presently available, and award is contingent upon funding. The NAICS code is 561621 with a small business size standard of $25.0 Million, and there is no set-aside.

Related Contract Opportunities

Project Timeline

postedOriginal Solicitation PostedApr 3, 2026
amendedAmendment #1· Description UpdatedApr 14, 2026
amendedAmendment #2· Description UpdatedApr 30, 2026
amendedLatest Amendment· Description UpdatedMay 8, 2026
deadlineResponse DeadlineMay 20, 2026
expiryArchive DateJun 4, 2026

Agency Information

Department
DEPT OF DEFENSE
Sub-Tier
DEPT OF THE AIR FORCE
Office
FA4661 7 CONS CD

Point of Contact

Name
TSgt Trevor Finch

Place of Performance

Dyess AFB, Texas, UNITED STATES

Official Sources