Sources Sought - Security Monitoring Services (Fairchild AFB)
ID: FA462025QA918Type: Sources Sought
AwardedAug 25, 2025
$25.2K$25,197
AwardeeMAINSTREAM IP SOLUTIONS, INC. Odessa FL 33556 USA
Award #:FA462025P0083
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA4620 92 CONS LGCFAIRCHILD AFB, WA, 99011-5320, USA

NAICS

Security Systems Services (except Locksmiths) (561621)

PSC

INSPECTION- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS (H363)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Defense, through the 92d Contracting Squadron at Fairchild Air Force Base, is seeking qualified contractors to provide security monitoring services for the JPRA-Personnel Recovery Academy across multiple locations in Spokane, Washington. The contractor will be responsible for monitoring security alarms at ten building sites, ensuring timely notifications of active alarms, and producing monthly reports on alarm activity, with a requirement for 24/7 monitoring and personnel to pass security background checks. This procurement is critical for maintaining the safety and security of government facilities, and the contract is set to begin on October 1, 2025, with options for four additional 12-month extensions. Interested vendors must submit their quotes by July 18, 2025, and can direct inquiries to Nathan Bond at nathaniel.bond@us.af.mil or Patrick Rangel at patrick.rangel@us.af.mil.

    Files
    Title
    Posted
    The 92d Contracting Squadron has issued RFQ FA462025QA918 for security monitoring services, indicating a combined synopsis/solicitation for commercial services per FAR guidelines. This contract is a full and open requirement, with a specific focus on small businesses, utilizing NAICS code 561621 for Security Systems Services. Interested vendors must register in the System for Award Management (SAM) to be eligible for award. The solicitation includes a base contract for services spanning from October 1, 2025, to September 30, 2026, with options to extend for four additional 12-month periods, each evaluated for comprehensive pricing. Evaluation criteria emphasize price and compliance with solicitation requirements. Vendors must ensure adherence to FAR provisions and submit their quotes by July 14, 2025. Communication regarding queries is also specified with deadlines for questions. The document underscores the importance of regulatory compliance and the requirements for service delivery at designated locations.
    This document serves as Amendment 0001 to the solicitation FA462025QA918, issued by the 92nd Contracting Squadron at Fairchild AFB. The key purpose of this amendment is to extend the submission deadline for quotes by three days, now due on 17 July 2025 at 10:00 AM PT. Additionally, it addresses queries from potential offerors regarding the specific intrusion panels requiring monitoring services and identifies the incumbent contractor, VYANET OPERATING GROUP, INC., along with its respective contract number. The amendment lists various models of intrusion panels across multiple buildings, providing precise details needed for potential bidders. Offerors are instructed to acknowledge this amendment before the new due date to avoid rejection of their proposals. The document maintains the existing terms and conditions of the original solicitation while ensuring that all amendments align with federal regulations governing procurement practices.
    The document is an amendment to a solicitation regarding Contract ID FA462025QA918, issued by the 92nd Contracting Squadron at Fairchild AFB, Washington. The amendment extends the submission deadline for quotes by one day, moving it from July 17, 2025, to July 18, 2025, at 10:00 AM PT. Additionally, it updates the wage determination from Revision number 25 to Revision number 26, as specified in the attachment. The amendment requires all offerors to acknowledge receipt by completing certain sections and provides instructions for submitting changes to already submitted offers. The overall intent of the amendment is to clarify solicitation details and ensure compliance with updated wage requirements, reflecting procedural adjustments common in federal procurement processes.
    The document titled "FA462025QA918" consists solely of repeated references to a "Wage Determination" attachment. This suggests that the file is linked to a federal or state Request for Proposal (RFP) or grant where wage determinations play a critical role. The repetitive nature of the attachment implies that it is either a part of a larger procurement process requiring adherence to federal wage standards or serves as a standard reference for contractors and subcontractors involved in the RFP. Wage determinations provide the minimum salary expectations for laborers and workers under federal contracts, ensuring compliance with the Davis-Bacon Act or related federal wage laws. The lack of additional contextual information hints at an administrative focus, emphasizing the legal and regulatory considerations associated with federal contracting processes. The file appears structured as a repeated acknowledgment of the wage determination's importance in the contracting landscape.
    The Statement of Work (SOW) outlines the requirements for a contractor to provide security alarm monitoring services for the JPRA-Personnel Recovery Academy across two locations in Spokane, Washington. The contractor is tasked with monitoring all accounts at ten building sites, ensuring timely notifications of active alarms and reporting various conditions such as low battery and trouble signals. Key responsibilities include establishing a central monitoring station, conducting daily tests for alarm signal transmission, and producing monthly reports detailing alarm activity. Additionally, the contractor must coordinate with the Contracting Officer regarding changes to alarm accounts and may require remote access to certain facilities. Expertise of at least two years with similar systems is necessary, and all deliverables, including reports and documents, will become property of the U.S. Government for potential publication or distribution. Monitoring is required 24/7, with personnel needing to pass a security background check and adhere to privacy regulations. The document emphasizes communication with the government regarding performance issues and project updates, ensuring transparency and compliance. Overall, the SOW emphasizes the critical need for reliable and effective security monitoring for government facilities.
    The Joint Personnel Recovery Agency (JPRA) is seeking contractors to provide alarm monitoring services for its facilities in Spokane, Washington, as outlined in the Statement of Work (SOW) dated February 13, 2025. The contractor is tasked with monitoring ten alarm accounts, delivering timely notifications of alarm conditions, and ensuring adherence to established security protocols. Key responsibilities include monthly reports to the JPRA point of contact (POC), monitoring for low battery signals and trouble alerts, and conducting thorough testing of alarm systems to ensure functionality. The contractor must demonstrate at least two years of relevant experience and will need to coordinate any changes to alarm accounts, while maintaining strict compliance with security requirements, including background checks for personnel. All deliverables must meet government standards and quality controls, with ownership of materials and documentation resting with the U.S. Government. The monitoring will occur continuously, 24/7, with all critical issues communicated promptly to the JPRA POC. The comprehensive surveillance initiative evidences the government’s commitment to maintaining robust security measures at its personnel recovery facilities, ensuring a responsive and efficient alarm management system.
    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.
    63--NPS - Fire & Intrusion Monitoring Services, George
    Interior, Department Of The
    The Department of the Interior, through the National Park Service (NPS), is seeking qualified small businesses to provide fire alarm (FA) and intrusion detection (ID) system maintenance services for the George Washington Memorial Parkway. The procurement aims to ensure that existing FA and ID systems are maintained in optimal condition, free from errors or malfunctions, and includes responsibilities such as rectifying deficiencies and providing 24-hour monitoring. This contract, set aside entirely for small businesses, will span a one-year base period with four additional one-year option periods, totaling five years, and will require NICET Level II certified technicians for FA systems and state-licensed technicians for ID systems. Interested parties must submit their quotes by December 12, 2025, and can direct inquiries to Robert Staats at robertstaats@ibc.doi.gov or by phone at 208-207-7391.
    Fy26 Local and Long-Distance Telecommunication Services Renewal
    Dept Of Defense
    The Department of Defense, specifically the U.S. Air Force's 92d Contracting Squadron, is seeking proposals for the renewal of Local and Long-Distance Telecommunication Services at Fairchild Air Force Base in Washington. The procurement aims to provide essential telecommunications services that meet specific operational requirements outlined in the attached Statement of Work, including service quality, outage management, and compliance with government standards. This contract is critical for maintaining effective communication capabilities, particularly during emergencies, and is set aside exclusively for small businesses under NAICS code 517111. Proposals are due by December 18, 2025, at 10:00 AM PST, with past performance questionnaires required by December 16, 2025, at 1:00 PM PST. Interested parties can contact Michael Salone at michael.salone@us.af.mil or 509-247-8082 for further information.
    PLA Survey -Hydrant Area C Refueling Facilities, Fairchild Air Force Base (FAFB), Spokane, Washington (WA)
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers Seattle District, is conducting a Project Labor Agreement (PLA) survey for the upcoming construction of Hydrant Area C Refueling Facilities at Fairchild Air Force Base in Spokane, Washington. This project involves the construction of a new hydrant loop, including hydrant pits, fuel piping, and a pumphouse, along with necessary environmental mitigation measures for contaminated soil and groundwater. The anticipated period of performance is approximately 1035 calendar days, with a construction award targeted for fiscal year 2027, and the estimated cost of construction ranges between $25 million and $100 million. Interested parties are encouraged to provide comments regarding the use of a PLA and can contact Linda O'Brien at linda.s.obrien@usace.army.mil or Susan Newby at susan.f.newby@usace.army.mil for further information.
    D-21 Alarm System
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, intends to award a contract for the D-21 Alarm System upgrade and training at Travis Air Force Base (AFB) in California. This procurement is aimed at enhancing the alarm, signal, and security detection systems, with Monaco Enterprises identified as the sole source for this upgrade. The successful implementation of this system is crucial for maintaining security and operational readiness at the base. For further inquiries, interested parties can contact Jordan David Burrus at jordan.burrus@us.af.mil or William Rife at william.rife.1@us.af.mil, with phone numbers 707-424-7725 and 707-424-7753, respectively.
    Local and Long-Distance Telecommunication Services
    Dept Of Defense
    The Department of Defense, specifically the U.S. Air Force's 92d Contracting Squadron, is seeking qualified businesses to provide Local and Long-Distance Telecommunication Services at Fairchild Air Force Base in Washington. The objective is to deliver essential telecommunication services, including 24/7/365 support, while transitioning from analog to VoIP systems, as outlined in the draft Statement of Work (SOW). These services are critical for maintaining effective communication infrastructure and must comply with existing government standards, including E911 compatibility and specific service requirements. Interested parties are encouraged to submit their qualifications and relevant information by October 3, 2025, at 10:00 AM Pacific Time, to the designated contacts, Michael Salone and Patrick Rangel, via the provided email addresses.
    B491 Fire Alarm Repair
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals from qualified small businesses for the repair of fire alarm systems at Facility B491, Offutt Air Force Base in Nebraska. The contractor will be responsible for providing all necessary equipment and labor to repair and rebuild the Simplex 4100ES Fire Alarm Control Panel, ensuring network communication with Facility B492 for fire pump activation. This project is critical for maintaining safety and compliance with fire control standards, and the total estimated award amount is $25 million. Interested parties must submit their proposals by January 5, 2026, and are encouraged to attend a site visit on December 16, 2025, with questions due by December 19, 2025. For further inquiries, contact SrA Jason Arizmendi at jason.arizmendi@us.af.mil or Lt Ryan Brewster at ryan.brewster.3@us.af.mil.
    Survival, Evasion, Resistance, and Escape (SERE) Support Services
    Dept Of Defense
    The Department of Defense, through the Air Force Installation Contracting Center (AFICC) 338th Enterprise Sourcing Squadron, is seeking qualified sources for Survival, Evasion, Resistance, and Escape (SERE) Support Services at Fairchild Air Force Base (AFB), WA, and Joint Base San Antonio (JBSA) – Lackland, TX. The procurement involves providing non-personal services for various SERE training programs, including advanced skills training, water survival, and conduct after capture, with the contract structured as a Firm-Fixed-Price Indefinite Delivery Indefinite Quantity (IDIQ) over a four-year base period and a two-year option period. This acquisition is a total Service-Disabled Veteran Owned Small Business (SDVOSB) set-aside, emphasizing the importance of performance and technical capability over price in the evaluation process. Interested offerors must register under NAICS code 611519 and submit proposals electronically by the specified deadlines, with the anticipated solicitation release around January 12, 2026. For further inquiries, contact Cameron Fernald at cameron.fernald@us.af.mil or Justin Haynes at justin.haynes.7@us.af.mil.
    Fire Alarm System Replacement, Mountain Home AFB
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for design-build services to replace the outdated fire alarm system at the Sagebrush Inn, Building 2320, located at Mountain Home Air Force Base in Idaho. The project requires the installation of a new addressable fire alarm system, including a comprehensive design, hazardous material surveys, and construction services, all in compliance with Unified Facility Criteria and relevant safety codes. This upgrade is critical to ensure the safety of the facility, which currently violates fire code requirements due to the lack of available replacement parts for the existing system. Interested contractors must submit their proposals by January 20, 2026, and can direct inquiries to primary contacts Cameron Smith and Taylor Inman via the provided email addresses. The estimated contract value ranges from $1 million to $5 million, with a performance period of 407 calendar days following the notice to proceed.
    Replacement/installation of an Intrusion Detection System (IDS) at United States Citizenship & Immigration Services Building located at 12500 Tukwila International Blvd. Tukwila, WA 98168-2505.
    Homeland Security, Department Of
    The U.S. Department of Homeland Security (DHS), through the Federal Protective Service (FPS), is seeking qualified contractors for the replacement and installation of an Intrusion Detection System (IDS) at the United States Citizenship & Immigration Services Building located in Tukwila, Washington. The project requires the contractor to perform the installation in accordance with the Statement of Work, which includes specific equipment requirements such as alarm control panels, glass break sensors, and software support, with a firm-fixed-price contract structure. This procurement is a 100% small business set-aside, emphasizing the importance of security systems in safeguarding government facilities. Interested contractors must register with the System for Award Management (SAM) and are encouraged to direct inquiries to Contract Specialist Thomas Westlake at Thomas.Westlake@fps.dhs.gov. The Request for Quotation (RFQ) documents are expected to be issued around November 24, 2025, with a performance period of 90 calendar days following the Notice to Proceed.