Sources Sought Notice - Building 1077 Security System Upgrades
ID: Sources_Sought_Notice_-_Security_System_UpgradesType: Sources Sought
AwardedSep 11, 2025
$561.5K$561,474
AwardeeJOHNSON CONTROLS SECURITY SOLUTIONS LLC Alexandria VA 22304 USA
Award #:FA910125CB006
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA9101 AEDC PKP PROCRMNT BRARNOLD AFB, TN, 37389-1332, USA

NAICS

Electrical Contractors and Other Wiring Installation Contractors (238210)

PSC

INSTALLATION OF EQUIPMENT- TRAINING AIDS AND DEVICES (N069)
Timeline
    Description

    The Department of Defense, through the Department of the Air Force, is seeking contractors to provide installation services for a new Intrusion Detection System (IDS) and Access Control System (ACS) at Building 1077, Arnold Air Force Base, Tennessee. The project aims to enhance physical security by integrating advanced security systems, including IDS access panels, motion sensors, and door security measures, in compliance with military security directives and standards. Interested businesses must demonstrate their qualifications, relevant experience, and necessary certifications, with responses due by April 29, 2025. For further inquiries, contractors can contact Brogan Fullmer at brogan.fullmer@us.af.mil or Leslie McGowan at leslie.mcgowan@us.af.mil.

    Files
    Title
    Posted
    The document outlines the Statement of Work (SOW) for the installation of an Intrusion Detection System (IDS) and Access Control System (ACS) at Building 1077, Arnold Air Force Base, TN. The project aims to enhance physical security in compliance with various military security directives. It encompasses the design, installation, testing, and integration of security systems, including specific equipment requirements like IDS access panels, motion sensors, and ACS technologies that use ID cards and personal identification numbers. The contractor is responsible for system management, equipment procurement, and compliance with Underwriters Laboratories standards. Testing phases require government oversight, with a focus on verifying system functionality and minimizing false alarms. Quality assurance must meet manufacturer requirements, and equipment must be UL-listed and compatible. A minimum 12-month warranty on parts and labor is required post-installation. All contractor personnel must be U.S. citizens and undergo background checks. This SOW serves as a blueprint guiding contractors in fulfilling security enhancements at the facility, aligning with federal RFP standards while ensuring the protection of classified materials.
    The Arnold Engineering Development Complex (AEDC) at Arnold AFB, Tennessee, is issuing a Sources Sought Notice to identify businesses capable of upgrading the security systems in Building 1077. This project requires installation of an Intrusion Detection System (IDS) and Access Control System (ACS), which must integrate with existing security infrastructure. Contractors need to be certified in Honeywell Vindicator technology and comply with specific security management standards. The installation includes systems for access panels, door security, sensors, and comprehensive testing, with a 12-month performance period anticipated. Interested contractors are invited to submit capability statements that demonstrate their qualifications, relevant experience, and proof of certifications. Submissions must also detail the company's size classification under NAICS code 238210, and provide information on available procurement contract vehicles. The feedback and responses will inform the government's procurement strategy, potentially leading to direct or competitive acquisition methods. The deadline for responses is April 29, 2025. The notice emphasizes that it is for informational purposes only and does not constitute a solicitation for a contract.
    Similar Opportunities
    Facilities Acquisitions for Restoration and Modernization (FARM) III
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking contractors for the Facilities Acquisitions for Restoration and Modernization (FARM) III project, which involves commercial and institutional building construction in Coopertown, Tennessee. The procurement aims to finalize an updated Draft Statement of Work (SOW) and address industry questions to clarify project requirements, including contractor responsibilities for Integrated Scheduling, design compatibility with AutoCAD 2018 or later, and professional engineering services. This initiative is crucial for enhancing the operational capabilities of military facilities, ensuring compliance with energy and environmental standards, and facilitating efficient project execution. Interested contractors can reach out to Robert Mosley at robert.mosley.3@us.af.mil or Andrew Waggoner at andrew.waggoner.3@us.af.mil for further details and to review the attached documents for additional insights.
    Construct 241st Security Measures
    Dept Of Defense
    The Department of Defense, specifically the Tennessee National Guard, is inviting bids from small businesses for a firm fixed-price contract to enhance base infrastructure at 6511 Bonny Oaks Drive, Chattanooga, Tennessee. The project entails the construction of new iron picket perimeter security fencing, repairs to existing chain link fences, demolition of outdated gate operators, and modifications to conduits for power and communications. This procurement is significant for improving security measures and overall facility functionality, with a contract duration of 365 calendar days and a construction magnitude estimated between $1,000,000 and $5,000,000. Interested contractors must register in the System for Award Management (SAM.gov) and are encouraged to attend a pre-bid conference on January 21, 2026, with the bid opening tentatively scheduled for February 13, 2026. For further inquiries, contact Brian Morelock at brian.morelock.1@us.af.mil or call 865-336-3341.
    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.
    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.
    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.
    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.
    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.
    B6413 BUILDING RENOVATION SECURE SPACE
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking contractors for the renovation of secure space at Barksdale Air Force Base in Louisiana. This project, identified as 'B6413 BUILDING RENOVATION SECURE SPACE', falls under the NAICS code 236220, which pertains to Commercial and Institutional Building Construction, and is classified as a repair or alteration of airfield structures. The contract is set aside for 8(a) sole source, indicating a focus on small businesses within the 8(a) program, and interested parties can find more details by logging into the PIEE portal and searching for solicitation number W9126G26RA026. For inquiries, potential bidders can contact Bijay Gurung at bijay.gurung@usace.army.mil or by phone at 817-886-1018, or reach out to Lindsay M. Chvilicek at Lindsay.M.Chvilicek@usace.army.mil or 817-408-5319.
    Construct a B-21 Field Training Detachment Building at Dyess AFB, TX
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers – Fort Worth District, is seeking experienced firms to construct a B-21 Field Training Detachment Building at Dyess Air Force Base in Texas. This project involves a comprehensive scope of work, including the construction of a concrete foundation, steel frame structure, and various utility installations, all designed to meet stringent security and safety requirements. The estimated construction cost ranges from $250 million to $500 million, with a project duration of approximately 42 months, and interested firms must respond to the sources sought notice by December 16, 2025, to express their capabilities and interest. For further inquiries, firms can contact Nicole Esser at nicole.r.esser@usace.army.mil or Matthew Dickson at matthew.s.dickson@usace.army.mil.
    SL Noise Reduction - Market Intelligence Request
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking market intelligence from vendors for the "SL Noise Reduction" project, aimed at conducting a comprehensive noise assessment study at Arnold AFB in Coopertown, Tennessee. The procurement requires vendors to provide detailed technical capabilities in noise level measurement, solution development, and compliance with regulatory standards, including the modification of exhaust ducts and installation of barriers. This initiative is crucial for ensuring compliance with safety and health standards while mitigating noise levels in both indoor and outdoor areas. Interested vendors should contact Greggory Jones at greggory.jones.4@us.af.mil for further details and must adhere to NIST SP 800-171 compliance, providing their CAGE code to access sensitive project documents.