Integrated Base Defense Security Systems (IBDSS), Hurlburt Field, FL
ID: FA441725Q0141Type: Presolicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA4417 1 SOCONSHURLBURT FIELD, FL, 32544-5810, USA

NAICS

Security Systems Services (except Locksmiths) (561621)

PSC

RAILROAD SIGNAL AND WARNING DEVICES (6330)

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 preparing to solicit proposals for the Integrated Base Defense Security Systems (IBDSS) at Hurlburt Field, Florida. This opportunity involves the full lifecycle delivery and support of electronic and physical security systems, including engineering development, procurement, installation, and logistics support tailored to meet the needs of U.S. Special Operations Command. The contract will encompass various security deliverables such as intrusion detection, access control, and video surveillance, with a strong emphasis on compliance with security standards and quality assurance protocols. Interested contractors should note that this is a presolicitation notice and not a request for proposals; for further inquiries, they may contact Rowan Thom at rowan.thom.1@us.af.mil or Alyssa Garred at alyssa.garred@us.af.mil, with the understanding that this opportunity is set aside for small businesses under the SBA guidelines.

    Point(s) of Contact
    Files
    Title
    Posted
    The Performance Work Statement (PWS) for the Hurlburt Field Integrated Base Defense Security Systems requires comprehensive electronic and physical security solutions under an Indefinite Delivery/Indefinite Quantity (IDIQ) contract. The main objective includes the engineering development, procurement, installation, and logistics support for security systems to fulfill U.S. Special Operations Command needs. Contractors are mandated to conduct site surveys, develop Installation Design Plans, procure materials, perform testing, and ensure compliance with security standards. The scope of work encompasses various security deliverables including intrusion detection, access control, video surveillance, and training. The contractor must demonstrate specific technical capabilities and certifications while ensuring all equipment meets the Trade Agreements Act compliance. Significant emphasis is placed on quality assurance, documentation, and adherence to security protocols, including cybersecurity measures. The PWS outlines precise tasks, performance thresholds, and safety regulations ensuring contractor accountability and effective project execution. This document exemplifies the government's intent to enhance security infrastructure while adhering to rigorous standards and regulations.
    The document outlines the mandatory and guidance documents required for contractors engaged in federal government RFPs and related activities. It specifies that contractors must utilize the most current versions of these documents, which encompass a wide range of security, operational, and regulatory guidelines issued by the Department of Defense and other relevant agencies. The required documents include directives for information security, cybersecurity, personnel security, operational security, and standards for sensitive compartmented information facilities, among others. Additionally, a section devoted to guidance documents addresses configuration management, military standards, occupational safety, and various DoD instruction directives. It emphasizes that contractors must ensure compliance with these documents, some of which pertain to physical and electronic security measures as well as emergency preparedness. The stringent adherence to these documents is crucial for fulfilling contractual obligations while protecting sensitive information and ensuring operational integrity within the framework of federal agreements.
    The document outlines the mandatory and guidance documents required for contractors engaged in federal government RFPs and related activities. It specifies that contractors must utilize the most current versions of these documents, which encompass a wide range of security, operational, and regulatory guidelines issued by the Department of Defense and other relevant agencies. The required documents include directives for information security, cybersecurity, personnel security, operational security, and standards for sensitive compartmented information facilities, among others. Additionally, a section devoted to guidance documents addresses configuration management, military standards, occupational safety, and various DoD instruction directives. It emphasizes that contractors must ensure compliance with these documents, some of which pertain to physical and electronic security measures as well as emergency preparedness. The stringent adherence to these documents is crucial for fulfilling contractual obligations while protecting sensitive information and ensuring operational integrity within the framework of federal agreements.
    The Statement of Work (SOW) for Integrated Base Defense Security Systems at Hurlburt Field, FL, outlines requirements for engineering, design, procurement, and support of electronic and physical security systems. Under the direction of the 1st Special Operations Wing, the contract aims to deliver secure solutions safeguarding U.S. critical infrastructure and personnel against evolving threats. Key performance requirements encompass technical capabilities, equipment, and software, including intrusion detection, access control, and video management. The SOW details applicable documents, performance metrics, and the lifecycle support of security products, emphasizing the need for adherence to industry standards and government regulations. Each Task Order (TO) will specify user requirements and deliverables, ensuring compliance with cybersecurity policies and appropriate integration with existing systems. Contractors are responsible for providing logistics, installation, maintenance, and training. This SOW represents the government’s initiative to bolster security measures through strategic procurement and system integration while promoting efficient operational support for various security environments, including high-risk areas and Sensitive Compartmented Information Facilities (SCIF). It is a vital step toward enhancing national defense capabilities within the jurisdiction of U.S. Northern Command (USNORTHCOM).
    The document is a Sources Sought and Request for Information (RFI) issued by the government to gather insights from industry regarding an upcoming Indefinite Delivery Indefinite Quantity (IDIQ) contract for electronic and physical security products and services. The contract primarily aims to serve Hurlburt Field, FL, potentially extending to other authorized users, depending on approvals and availability. The anticipated scope includes procurement and lifecycle support for various commercial off-the-shelf (COTS) solutions, project management, installation, training, and material procurement. Respondents are encouraged to submit capabilities statements detailing their experience in delivering similar services, along with their ability to comply with security requirements, project management practices, and capabilities for providing full lifecycle support. The document mentions several North American Industry Classification System (NAICS) codes relevant to the requirements and seeks industry input on which codes best represent their services. This RFI serves exclusively for market research and planning, emphasizing that it does not constitute a solicitation or financial obligation from the government. Responses are due by April 25, 2025, with detailed instructions provided for submission.
    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.
    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.
    Security System Service - LRGV
    International Boundary And Water Commission: Us-mexico
    The International Boundary and Water Commission (IBWC) is seeking qualified small businesses to provide security system maintenance, repair, and upgrade services for its facilities in the Lower Rio Grande Valley, specifically at the Mercedes Field Office, Anzalduas Dam, and Retamal Dam in Texas. The contractor will be responsible for maintaining and upgrading security systems, including Physical Access Control Systems (PACS), CCTV, and Intrusion Detection Systems (IDS), while ensuring compliance with annual inspections and on-call repairs. This procurement is critical for enhancing the security infrastructure at these key locations, with a contract duration of one base year and four optional one-year extensions, contingent upon performance. Interested parties must submit their quotes by January 5, 2026, and are encouraged to attend a site visit on December 17, 2025; for further inquiries, contact Seone Michael Jones at seone.jones@ibwc.gov.
    BPA - Alarm, Signal and Security Detection Systems PSC 6350
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center Indian Head Division (NSWC IHD), is seeking to establish Blanket Purchase Agreements (BPAs) for Alarm, Signal, and Security Detection Systems under PSC Code 6350 and NAICS Code 334290. The procurement aims to engage small businesses that can provide standard commercial supplies and services at competitive prices, with BPA calls not exceeding the Simplified Acquisition Threshold, allowing for competition at the call level. These systems are critical for enhancing security measures and operational safety within military installations. Interested vendors must submit their documentation, including past performance references, by April 30 for June awards or October 31 for December awards, and can contact Barbara Grinder at barbara.j.grinder.civ@us.navy.mil for further information.
    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.
    Air Force Special Operations Command Areas of Interest
    Dept Of Defense
    The Air Force Special Operations Command (AFSOC) is seeking industry partners to support its identified Areas of Interest for the 2024-2025 period. AFSOC aims to enhance mission effectiveness through advanced capabilities in various operational domains, including integrated antennas for communication, battlefield trauma care, autonomous threat identification, and cyber surveillance, among others. These initiatives are crucial for improving operational readiness and adaptability in contemporary military operations, particularly in complex combat environments and austere conditions. Interested parties should contact the Technology and Industry Liaison Office (TILO) at AFSOC.A8.TILO@us.af.mil, providing a capability brief and completing the Industry Information Form linked in the notice.
    U.S. Space Force (USSF) Space Based Interceptor (SBI) LOE 2M Request for Prototype Proposal (RPP)
    Dept Of Defense
    The U.S. Space Force (USSF) is seeking proposals for the Space Based Interceptor (SBI) Level of Effort 2M through a Request for Prototype Proposal (RPP) under the Department of Defense. This initiative focuses on developing kinetic midcourse solutions, with the intention to competitively award multiple fixed-price Other Transaction Agreements (OTAs) in accordance with relevant U.S. Code provisions. The SBI program is critical for enhancing the U.S. defense capabilities in space, and while this opportunity is not set aside for small businesses, participation from small and disadvantaged businesses is encouraged. Interested companies must submit requests for access to the RPP Bidders Library by December 15, 2025, and can contact Brent Jorgensen at brent.jorgensen.1@spaceforce.mil for further information.
    Drop Zone Safety Officer DZSO Complete Kit
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking proposals for the procurement of a comprehensive Drop Zone Safety Officer (DZSO) Complete Kit. This kit includes various components such as wireless controllers, light modules, wind direction indicators, and other essential equipment designed to enhance safety and operational efficiency during airborne drop zone activities. The goods are critical for ensuring the safety of personnel and equipment during airborne operations, particularly at Camp James E. Rudder, Eglin Air Force Base, FL. Interested small businesses are encouraged to reach out to Christian Quinn at christian.j.quinn3.mil@army.mil for further details, as this opportunity is set aside for total small business participation under FAR 19.5.
    (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.
    B1654 Command Post Console Move
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking contractors for the B1654 Command Post Console Move project, which involves the relocation and reinstallation of integrated control system equipment for the 301st Command Post at a newly renovated facility. This project aims to enhance communication capabilities essential for responding to national crises and improving operational training through the Unify System, which provides a user-friendly interface for duty controllers. The requirement continues the efforts previously undertaken by MCS of Tampa, Inc., who disassembled and relocated the communication equipment, and interested parties can reach out to Todd Benner at todd.benner@us.af.mil or Jerry E. McTyre at jerry.mctyre.2@us.af.mil for further details.