ContractSolicitationTotal Small Business Set-Aside (FAR 19.5)

PKB IACP Camera System Upgrade and Servicing (Service)(New)

DEPT OF DEFENSE FA461325Q1026
Response Deadline
Sep 16, 2025
Deadline passed
Days Remaining
0
Closed
Set-Aside
Total Small Business Set-Aside (FAR 19.5)
Notice Type
Solicitation

Contract Opportunity Analysis

The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the PKB IACP Camera System Upgrade and Servicing at F.E. Warren Air Force Base in Wyoming. The procurement aims to enhance the Installation Access Control Points (IACP) Camera System to ensure operational compatibility with the Base Defense Operations Center (BDOC) camera system, requiring comprehensive installation, configuration, and ongoing maintenance services. This project is critical for maintaining security operations and compliance with federal regulations, with a contract period of performance set for 120 calendar days post-award, followed by optional servicing years. Interested small businesses must submit their quotes by September 16, 2025, and can direct inquiries to Contract Specialist Brandon Bartlett at brandon.bartlett.2@us.af.mil or Contracting Officer Patrick Enriquez at patrick.enriquez.4@us.af.mil.

Classification Codes

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

Solicitation Documents

8 Files
Attachment 1 - CLIN Structure.pdf
PDF117 KB9/12/2025
AI Summary
The document outlines the CLIN (Contract Line Item Number) structure for the FA461325Q1026 solicitation, which focuses on the "PKB IACP Camera System Upgrade and Servicing." It details the pricing structure for the camera system upgrade, installation, and configuration (CLIN 0001), a five-year workmanship warranty (CLIN 0002), and four option years (CLINs 1001-4001) for troubleshooting incidents with a one-business-day response. Each option year for troubleshooting has a maximum payable amount of $30,000, requiring prior written approval from the Contracting Officer if this limit is to be exceeded. This structure provides a clear framework for the procurement of camera system services and maintenance.
Attachment 2 - Offeror Response Form.pdf
PDF185 KB9/12/2025
AI Summary
Attachment 2, titled "Offeror Response Form" for Solicitation Number FA461325Q1026, details the requirements for submitting a quote for the PKB IACP Camera System Upgrade and Servicing. This form requires comprehensive company information, including name, CAGE number, Unique Entity ID, mailing address, socioeconomic status, and point of contact. It also asks for financial details such as FOB Point, Place of Manufacturer, Quote Number, Quote Valid Until date, Period of Performance, Quote Date, and Discount Terms. Crucially, offerors must confirm that pricing includes all costs and that they are registered with SAM.gov. Additionally, the form includes questions to determine if FAR 52.204-10 applies based on the company's annual gross revenues from federal sources in the preceding fiscal year. This document serves as a structured template for vendors to provide essential information and certify compliance with federal contracting regulations when bidding on this specific government solicitation.
Attachment 3 - Performance Work Statement.pdf
PDF550 KB9/3/2025
AI Summary
This Performance Work Statement (PWS) outlines the requirements for upgrading and servicing the Installation Access Control Points (IACPs) Camera System at F.E. Warren Air Force Base, Wyoming. The project, FA461325Q1026, aims to ensure operational compatibility with the Base Defense Operations Center (BDOC) camera system. The contractor will provide all necessary management, tools, supplies, equipment, labor, and transportation. Key services include installing and configuring new camera systems, converting existing IACP cameras to WiseNet Wave for BDOC display, and providing a one-year warranty with options for three additional years of servicing. The contractor must adhere to various security, environmental, and safety regulations, including those concerning government-furnished property, quality control, operational security, and anti-terrorism. The entire project is to be completed within 120 calendar days of the contract award, with specific response times for servicing during warranty and option years. The PWS also details required contractor qualifications, training, and deliverables, emphasizing compliance with federal and Air Force directives.
Attachment 4 - Provisions and Clauses.pdf
PDF393 KB9/12/2025
AI Summary
This government file, FA461325Q1026, details a comprehensive list of clauses and provisions incorporated by reference and in full text for federal government contracts. The document outlines critical regulations covering a wide range of areas, including contracting officer's responsibilities, whistleblower rights, antiterrorism awareness, safeguarding defense information, and prohibitions on certain telecommunications equipment and business operations with specific regimes (e.g., Maduro, Xinjiang Uyghur Autonomous Region). Key provisions in full text include requirements for Federal Acquisition Supply Chain Security Act Orders, Item Unique Identification and Valuation, Wide Area WorkFlow Payment Instructions, and the Continuation of Essential Contractor Services. It also includes the Offeror Representations and Certifications for Commercial Products and Services, covering small business concerns, Buy American certificates, Trade Agreements, and responsibility matters. The overarching purpose is to ensure compliance, transparency, and security in federal acquisitions.
Attachment 5 - Supplemental Clauses.pdf
PDF146 KB9/12/2025
AI Summary
This government file outlines supplemental clauses for federal contracts, covering key operational and environmental compliance requirements. It details the AFGSC Ombudsman's role in resolving contractor concerns, emphasizing that issues should first be directed to the contracting officer before escalating to the ombudsman, who does not bind the agency with decisions. The document prohibits the use of Class I Ozone Depleting Substances (ODS) in products and services for the Department of the Air Force, listing specific halons, CFCs, and other chemicals. It also mandates contractors adhere to health and safety standards on government installations, including AFOSH Standards. Finally, it specifies procedures for contractor access to Air Force installations, requiring identification, vehicle passes, compliance with security regulations, and participation in the Emergency Mass Notification System, with non-compliance potentially leading to withheld payments.
Attachment 3 - Performance Work Statement dated 11 September 2025.pdf
PDF549 KB9/12/2025
AI Summary
This Performance Work Statement (PWS) outlines requirements for upgrading and servicing the Installation Access Control Points (IACPs) Camera System at F.E. Warren Air Force Base, Wyoming. The contractor will provide all necessary resources to ensure operational compatibility with the Base Defense Operations Center (BDOC) camera system. Key services include furnishing, installing, configuring, and testing new cameras, converting existing IACP cameras to the WiseNet Wave system, and providing a one-year warranty with four optional servicing years. The project emphasizes compliance with federal, state, and local regulations, including TAA/BAA/NDAA requirements, and adherence to strict security protocols. The entire project must be completed within 120 calendar days of contract award, followed by warranty and optional servicing periods. The PWS also details performance objectives, government-furnished property/services, and general information regarding quality control, security, operational procedures, and environmental and safety requirements.
Attachment 6 - Wage Determination.pdf
PDF4841 KB9/12/2025
AI Summary
No AI summary available for this file.
Attachment 7 - Questions and Answers.pdf
PDF268 KB9/12/2025
AI Summary
The document FA461325Q1026, an Attachment 7 – Questions and Answers, addresses the PKB IACP Camera System Upgrade and Servicing. It clarifies that all cameras must be compatible with the existing WiseNet Wave Video Management System at BDOC, which is mandatory and cannot be substituted. The project has no cost estimate or budget provided. The period of performance is 120 days after the contract award. Perpetual licensing for core software is required, but annual support/maintenance agreements are acceptable if separate from licensing. The government expects a five-year workmanship warranty to be priced upfront for CLIN 0002. Payment for troubleshooting incidents (CLINs 1001-4001) will be based on actual incidents serviced, not a fixed minimum, with offerors proposing per-incident pricing up to a $30,000 Not-to-Exceed ceiling per option year. This is an ongoing requirement, with current challenges including insufficient camera resolution for license plate reading and a shortage of 33 days in the 90-day storage requirement. The incumbent contractor is Derint Enterprises, with a current contract value of $124,000.00 under contract number FA461323P0049.

Related Contract Opportunities

Project Timeline

postedOriginal Solicitation PostedSep 3, 2025
amendedLatest Amendment· Description UpdatedSep 12, 2025
deadlineResponse DeadlineSep 16, 2025
expiryArchive DateOct 1, 2025

Agency Information

Department
DEPT OF DEFENSE
Sub-Tier
DEPT OF THE AIR FORCE
Office
FA4613 90 CONS PK

Point of Contact

Name
Brandon Bartlett

Place of Performance

FE Warren AFB, Wyoming, UNITED STATES

Official Sources