65th SOS MGCS Security System Installation
ID: FA441725Q0045Type: Combined Synopsis/Solicitation
Overview

Buyer

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

NAICS

Security Systems Services (except Locksmiths) (561621)

PSC

INSTALLATION OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS (N063)

Set Aside

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

    The Department of Defense, specifically the Air Force, is seeking qualified small businesses to install and service a security system for the 65th Special Operations Squadron at Hurlburt Field, Florida. The project involves the installation of an alarm system for GCS Bay #7, including the integration of a new fiber line and a Protected Distribution System (PDS) alarmed conduit, with a total contract value of $25 million. This initiative underscores the importance of enhancing military operational security through updated technological infrastructure, while also promoting opportunities for Women-Owned Small Businesses (WOSB) in federal contracting. Interested contractors must submit their proposals electronically by March 21, 2025, and can direct inquiries to Rowan Thom at rowan.thom.1@us.af.mil or Melissa Perez Hughes at melissa.perez-hughes@us.af.mil.

    Files
    Title
    Posted
    The document outlines a Statement of Work (SOW) for installing a fifth Mobile Ground Control Station (MGCS) security system at Hurlburt Field, Florida. Initiated due to the historical installation of only four MGCS units back in 2001, this project will enhance existing security measures by integrating a new alarm system and upgrading the Protected Distribution System (PDS). The installation involves a range of activities, including configuring an eight-port alarmed conduit system supplied by Cybersecure IPS, LLC, and ensuring compatibility with the current security panel in building 90131. Key components include the installation of a three-segment fabric innerduct for cabling, a new fiber line, and various alarm devices like motion sensors and tamper switches. Installation must comply with multiple certification standards, including the USAF Authority to Operate and various National Fire Protection Association codes. A one-year service plan will be provided for the new system, which includes testing, inspection, and user training activities. The document emphasizes the requirement for contractors to possess a Top Secret-Sensitive Compartmented Information (TS-SCI) clearance due to access needs. Overall, this project signifies a crucial upgrade to the installation's security infrastructure, ensuring operational readiness for the 65th Special Operations Squadron (65SOS).
    The document outlines a project to install and upgrade a security system for a 5th Mobile Ground Control Station (MGCS) at Hurlburt Field, Florida. This installation involves managing requirements for a security alarm system and includes the addition of a third segment fabric innerduct, installation of a new fiber line, and the configuration of a Protected Distribution System (PDS) alarmed conduit. Key requirements include compliance with various military and safety standards, certification for the contractor, and specific infrastructure details for the alarm and fiber optic systems. The security system is to be integrated with existing alarm panels while ensuring it meets USAF authority standards. The contractor must possess VINDICATOR certification for programming and have personnel with TS-SCI clearance. Completion of the installation, testing, and certification is expected by July 31, 2025. The project emphasizes the importance of adhering to security protocols, proper equipment placement, and connection capabilities while providing necessary training and ongoing system support. This initiative demonstrates a federal focus on enhancing military operational security through updated technological infrastructure.
    The document pertains to a range of federal and state government requests for proposals (RFPs) and grants, likely aimed at facilitating the funding and management of various projects. The main purpose is to outline processes for securing financial assistance for initiatives, projects, or programs that require governmental backing. Key ideas highlighted include compliance with regulations, the importance of detailing project requirements, and the necessary steps to submit proposals effectively. It emphasizes the need for clarity in addressing funding objectives, ensuring alignment with government priorities, and adherence to specific guidelines during the application process. The document also underscores the significance of collaboration between various stakeholders to enhance the outcome and impact of funded projects. Overall, it captures the complexities of navigating government funding landscapes and stresses the importance of preparation and adherence to established criteria for successful proposal submissions.
    The 1st Special Operations Contracting Squadron at Hurlburt Field, FL, is soliciting input for evaluating potential contractors for the installation and upgrade of a 5th Mobile Ground Control Station (MGCS) security system. The evaluation of offerors will focus on their past performance, with feedback sought from organizations familiar with the contractors’ work. A detailed questionnaire has been provided to gather this data, which must be submitted electronically by March 21, 2025. The questionnaire covers various aspects, including contract identification, performance ratings across specific attributes, and overall feedback on the contractor's capabilities. The ratings range from "Exceptional" to "Unsatisfactory," aiding in assessing the contractor’s ability to fulfill contractual obligations effectively. This initiative is vital for ensuring a thorough evaluation process, as the responses will contribute to source selection records, informing the decision-making for this significant military project.
    The document outlines the requirements and specifications for the installation of a security system at the 65th SOS MGCS facility, referencing solicitation FA441725Q0045. Key details include the facility's age (5-10 years) and size (140 sq ft), along with questions and answers regarding installation logistics, power stability, and security measures. The facility has reliable power with a backup generator, but battery backup for alarm components is necessary. Specific installation needs include 200-250 ft of fiber cable, various sensors (motion, door, tamper), and requirements for conduit installation. The existing infrastructure lacks reusable cabling or trays, necessitating new wire runs estimated at 200-300 ft. The budget information is undisclosed, and progress payments for equipment are not available, emphasizing a need for clear project management. This document reflects typical federal government protocols in project planning, aligning with security compliance for SCIF facilities.
    The site visit for the 65th Special Operations Squadron's Management Grid Control System Security Installation at Hurlburt Field, FL, is scheduled for February 5, 2025, at 11:00 AM CST. Interested parties must submit a written request by February 3, 2025, to attend, providing attendee names to SrA Melissa Perez-Hughes via email. The physical location will be shared after the request is confirmed. Attendees using personal vehicles must access through the main gate and obtain a base pass from the Visitor Control Center, allowing extra time for this process. Any questions regarding the solicitation must be submitted in writing by February 7, 2025, as no inquiries will be addressed during the site visit. Valid identification is required for entry, along with vehicle documentation for those driving onto the base. This document serves to facilitate the participation of potential contractors in the bidding process for the security system installation project under federal RFP guidelines.
    The document outlines a notification regarding a site visit for the solicitation FA441725Q0045 related to the installation of a security system at Hurlburt Field, Florida. Interested offerors must submit their requests for the site visit by March 14, 2025. Requests should be emailed to designated government officials by a specified deadline, and attendees must provide valid identification for access. The site visit is intended to facilitate inquiries about the project, but all questions must be submitted in writing, as no discussions will occur during the visit. Additionally, attendees in personal vehicles must obtain a base pass and are advised to allow extra time for this process. The document emphasizes the importance of proper identification and vehicle credentials for access to the base and sets clear deadlines for participation in the site visit and submission of questions. Overall, this communication is an essential step in clarifying the bidding process for federal contractors regarding the security system installation.
    The document outlines a solicitation for a contract specifically designated for Women-Owned Small Businesses (WOSB) regarding the installation and servicing of an alarm system for GCS Bay #7 at Hurlburt Field, FL. The requisition FA441725Q0045, issued by the Air Force on January 22, 2025, has a total award amount of $25,000,000 and specifies a delivery timeframe from February 24, 2025, to March 24, 2025. The solicitation emphasizes compliance with various government regulations and clauses related to federal contracting. It includes instructions for contractors on submitting invoices and necessary documentation, as well as clauses to address payment processing procedures and contractor responsibilities regarding classified information. The purpose of this solicitation is to engage qualified small businesses, particularly those owned by women, ensuring adherence to the federal mandate promoting diversity and small business utilization in government contracts. The attached Statement of Work and Wage Determination provide further clarity on the project's requirements and compensation, respectively. This initiative reflects the federal government's ongoing commitment to fostering equitable opportunities in federal procurement.
    The document outlines a solicitation for the installation and servicing of an alarm security system at GCS Bay #7, developed specifically for a Women-Owned Small Business (WOSB). The requisition number FA441725Q00450002 indicates the scope, schedule, and contractual obligations for interested vendors. Key details include a total award amount of $25 million, delivery timelines from April 1, 2025, to July 31, 2025, and clear instructions for submitting offers, including pricing and technical qualifications. The solicitation emphasizes compliance with federal regulations and requires offerors to substantiate their technical and past performance capabilities. Offer submissions are due electronically by March 21, 2025, at 2:00 PM CST, with specific presentation and documentation guidelines detailed for each section of the proposal. Additionally, there are provisions regarding contract terms, such as the commitment to quality standards, safety regulations, and environmental compliance, highlighting the importance of operational integrity and federal acquisition integrity in government contracting.
    The document serves as an amendment to a federal solicitation, specifically addressing changes to a RFP (Request for Proposal) concerning commercial products and services. The primary purpose of this amendment is to extend the response due date from February 6, 2025, to February 19, 2025, and to modify the response due time from 1:30 PM to 2:00 PM. Additionally, it includes formal attachments of addendums detailing instructions to offerors and evaluation criteria as mandated by federal guidelines. The amendment emphasizes that offers must acknowledge receipt of this document to avoid potential rejection. It also indicates that any alterations to previously submitted offers can be made under specific conditions. Overall, this document illustrates procedural changes within the context of federal RFPs, ensuring that interested parties are informed of deadlines and requirements necessary for compliance in the bidding process.
    This government document outlines amendments to a solicitation identified as FA441725Q0045, related to the installation of a security system for the 65th SOS. Key changes include an updated Performance Work Statement, amendments to submission instructions, and the extension of the response due date to March 21, 2025. Offerors must submit their proposals electronically, including price, technical, and past performance parts, adhering to specified page limits and formatting requirements. The evaluation process emphasizes price, technical acceptability, and past performance, with technical and past performance factors being more critical than price alone. The government intends to award the contract to the offeror demonstrating the best combination of these factors. Notably, the document includes details on the responsibilities for pricing, quality standards, and submission of prior performance information, particularly highlighting the recent, relevant past performance of bidders. With these updates, the document serves as a comprehensive guide for contractors interested in fulfilling the solicitation's requirements, ensuring compliance with regulatory standards while enhancing transparency and competitive evaluation in government contracting.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    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.
    Cable Installation
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for cable installation services at Malmstrom Air Force Base in Montana. The contract, designated as FA462626Q0001, encompasses the installation of Category 6 and Fiber Optic cables, including both with and without conduit, and is valued at an estimated total of $19 million over an initial five-year period from February 2, 2026, to August 30, 2030. This procurement is critical for maintaining and enhancing the communications infrastructure necessary for the operations of the 341st Missile Wing. Interested small businesses must submit their quotes by 2:00 PM MST on December 16, 2025, and can direct inquiries to Contract Administrator SrA Jeffrey Krieger at jeffrey.krieger@us.af.mil or Contracting Officer TSgt Joshua Crist at joshua.crist.1@us.af.mil.
    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.
    Luke Air Force Base 2026 Air Show - Audio Services
    Dept Of Defense
    The Department of Defense is soliciting proposals for audio services for the Luke Air Force Base 2026 Air Show, scheduled for March 20-22, 2026. The selected contractor will be responsible for providing a comprehensive outdoor audio system, ensuring clear sound coverage across all spectator areas, including VIP zones, with setup occurring from March 18-19 and removal by March 23. This contract, valued at $40 million and designated as a Women-Owned Small Business set-aside, emphasizes technical acceptability, past performance, and price in its evaluation criteria. Interested vendors must submit their quotes by December 17, 2025, to the designated contacts, 2d Lt Jalen Johnson and Jacqueline Aranda, via email, ensuring quotes remain valid through March 14, 2026.
    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.
    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.
    Facility Services for Non-Real Property
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors to provide facility services for non-real property at Eglin Air Force Base in Florida. The procurement involves a range of services including immediate repairs, annual inspections, and additional maintenance and repair tasks as outlined in the Performance Work Statement dated December 9, 2025. This contract is a total small business set-aside, emphasizing the importance of competitive pricing and past performance in the evaluation process, with a firm-fixed price purchase order to be awarded based on the best value to the government. Interested parties must submit their offers by January 22, 2026, and can direct inquiries to Kristina B. Brannon at kristina.brannon.1@us.af.mil.
    Air Force Operational Commercial Solutions Opening
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is conducting a Commercial Solutions Opening (CSO) to acquire innovative commercial items, technologies, and services aimed at addressing various Air Force requirements and capability gaps. This initiative, authorized under Class Deviation 2022-O0007, seeks solutions priced under $100 million that can enhance mission capabilities, streamline operations, or provide technological advancements. Proposals must be submitted via email by September 30, 2026, and will be evaluated based on technical merit, importance to agency programs, and funding availability, with a focus on small businesses as this opportunity is a Total Small Business Set-Aside. Interested parties can reach out to the 87 CONS CSO Team at 87CONS.CSO.Team@us.af.mil for further information.
    ACO-P Cyber School course
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for the ACO-P Cyber School course at Fort Gordon, Georgia, aimed at providing instructional support services for the U.S. Army Cyber School. This contract, designated as W9124926RA003, seeks Women-Owned Small Businesses (WOSB) to deliver Advanced Cyber Operations-Procedures (ACO-P) Labor, with a base period from February 16, 2026, to February 15, 2027, and two additional one-year option periods. The services are critical for enhancing the training capabilities of 17-series personnel in the cyber career field, ensuring they are equipped to address evolving cyber threats. Interested parties must submit their proposals to Mr. Joseph Guss by email by the closing date specified on SF 1449, with all proposals remaining valid for 180 days. For further inquiries, contact Mr. Guss at joseph.e.guss2.civ@army.mil or Ms. Tia Harris at tia.j.harris.civ@army.mil.
    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.