Security Systems Maintenance Request for Information
ID: 693KA8-25-SSMRFIType: Sources Sought
Overview

Buyer

TRANSPORTATION, DEPARTMENT OFFEDERAL AVIATION ADMINISTRATION693KA8 SYSTEM OPERATIONS CONTRACTSWASHINGTON, DC, 20591, USA

NAICS

Security Systems Services (except Locksmiths) (561621)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS (J063)
Timeline
    Description

    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is conducting a Market Survey to identify potential vendors for a Security Systems Maintenance contract. This contract will involve providing corrective maintenance for security equipment across approximately 631 FAA-staffed facilities throughout the United States and its territories, including Guam, Puerto Rico, and Hawaii. The services sought are critical for maintaining the integrity and functionality of various security subsystems, such as access control, intrusion detection, and video management systems, which are essential for national air traffic safety. Interested parties must submit their responses, including a Capability Statement and any relevant certifications, by 9:00 AM ET on April 22, 2025, to the designated contacts, Krystal Au and Patricia Petersky, via email.

    Point(s) of Contact
    Files
    Title
    Posted
    The Security Systems Maintenance (SSM) Draft Statement of Work outlines the requirements and responsibilities for contractors maintaining the Federal Aviation Administration's (FAA) physical security systems across various facilities. The document details the general requirements for corrective maintenance and replacement services, emphasizing provision of all necessary resources, such as labor, tools, and materials. Key sections include contractor staffing requirements, mandatory training protocols, safety management practices, call center operations, and detailed reporting obligations. Contractors are required to track service calls, manage maintenance schedules, and comply with safety regulations while ensuring timely responses, especially in critical facilities. Requirements for onsite training, fall protection, and compliance with both FAA and OSHA standards are critical. The document also mandates maintaining a well-stocked warehouse of spare parts and establishing a robust property management plan for government-furnished equipment. Overall, this SOW serves as a comprehensive framework to ensure systematic, quality-oriented maintenance and repair of FAA security systems to support national air traffic safety. The document plays a crucial role in the context of government contracting, guiding potential vendors in their responses to the FAA's RFP for security system maintenance services.
    The document is a Request for Information (RFI) from the FAA seeking support for Security System Maintenance (SSM) across approximately 631 facilities in the U.S. and internationally. It outlines the need for contractors to effectively manage logistical challenges posed by this geographic diversity. Key inquiries include expected technician response times, workforce qualifications for different security systems (such as access control and video management), and strategies for mitigating risks associated with third-party subcontracting, including communication delays and cost increases. Additionally, the document addresses the small business standard under NAICS code 561621 and solicits responses regarding the potential use of small business partners. Contractors are also asked to detail any additional resources, teaming arrangements, and the anticipated contributions of subcontractors. This RFI serves as a preliminary step in determining the capabilities and strategies of potential vendors to fulfill this maintenance contract effectively.
    The document associated with Notice ID 693KA8-25-SSMRFI pertains to the Request for Information (RFI) regarding the maintenance of security systems. It includes a section titled "Attachment 3 - Questions and Feedback," emphasizing the importance of stakeholder inquiries and feedback on the scope of work (SOW) referenced. The primary objective is to gather comprehensive input that can enhance the clarity and effectiveness of the SOW related to security systems maintenance. Key points focus on potential improvements or clarifications that respondents may suggest, which will ultimately inform the selection process for future contracts. The document reflects a proactive approach by the federal government to engage with industry experts to refine project requirements and ensure the successful maintenance of essential security systems across federal properties.
    The document outlines a comprehensive list of various facilities managed under different regions and their corresponding statuses within the Federal Aviation Administration (FAA). It categorizes facilities by type, including Airports Traffic Control Towers (ATCT), Regional Offices (RO), and Flight Standards District Offices (FSDO), detailing their ATO (Air Traffic Organization) status as either ATO or Non-ATO. Each entry includes the facility name, address, city, state, ZIP code, and a tier designation reflecting its operational importance. The purpose of the document is to provide an organized reference for government RFPs and grants relative to aviation infrastructure and support services. It serves as a critical resource for oversight and funding considerations, guiding future investments and developments within the aviation sector, thereby enhancing safety and efficiency in air traffic management across various geographical regions. This structured listing aids in logistical planning, coordination of aviation services, and maintaining compliance with federal regulatory requirements.
    The document presents a notice regarding Attachment J.3, which includes a map of regional specifications pertinent to the government's Request for Proposals (RFPs) and grant applications. It appears to delineate various geographic areas relevant to federal and state/local initiatives, likely serving as an essential reference for organizations seeking funding or partnership opportunities in specified regions. Understanding these regional boundaries is critical for applicants in aligning their proposals with funding opportunities and ensuring compliance with regional requirements. The document serves as a preliminary notification to stakeholders involved in the RFP process, emphasizing the significance of regional context in proposal submissions. Overall, it highlights the federal government's approach to structured grant administration and regional prioritization in funding initiatives.
    The document outlines various labor categories and roles sought for a federal maintenance contract, primarily focused on security systems. Key personnel include a Program Manager responsible for overseeing a large maintenance program, with stringent experience and educational requirements. Other critical roles highlight expertise in electronics, logistics, and administrative support—such as Senior Security Systems Engineer, Logistics Specialist, and Call Center Technician—each with specified experience, educational, and certification needs. Significant positions require a Bachelor's degree in relevant fields and various certifications like OSHA and PMP. Each labor category comes with detailed job descriptions and necessary qualifications, emphasizing technical proficiency in security systems maintenance and operations. The structure indicates a comprehensive approach to staffing for reliable performance of electronic security systems while adhering to government standards and contractual obligations. This document serves as a guideline for potential contractors to understand the expectations and qualifications necessary to successfully fulfill the needs outlined in the RFP for the federal government.
    This document outlines the Contract Data Requirements List (CDRL) for RFI 693KA8-25-SSMRFI, specifying the deliverables and their required submission timelines following contract award. Key deliverables include meeting records due within 10 business days post-meeting, a final Property Management Plan due two weeks after contract award, and various reports (cost performance, man hours, and logistics) that are required monthly or quarterly. Additionally, personnel resumes, contractor rosters, equipment modifications, and risk management plans must be submitted within designated periods after award. The frequency of other submissions varies based on the specific requirement, ensuring timely updates on repairs, modifications, and quality assurance. This structured approach is essential for maintaining oversight and accountability within government contracts, facilitating effective project management and compliance with federal and state regulations. The document serves as a comprehensive guide for contractors to fulfill reporting obligations, assuring proper communication and project tracking throughout the contract lifecycle.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Request for Information: Configuration, Logistics, and Maintenance Resource Solutions (CLMRS) Information Technology (IT) Support Services for FAA ATO
    Transportation, Department Of
    The Federal Aviation Administration (FAA) is seeking experienced contractors to provide Configuration, Logistics, and Maintenance Resource Solutions (CLMRS) Information Technology (IT) Support Services for its Air Traffic Organization (ATO). The primary objective is to support the Supply Chain Management Enterprise Resource Planning (SCM-ERP) system and other critical systems, enhancing the efficiency and effectiveness of the FAA's logistics and maintenance operations. This opportunity is part of a follow-on contract expected to commence in 2027, with a performance period of one base year plus four option years, and the FAA is currently evaluating its acquisition strategy, including potential contract structure and value. Interested vendors must submit their responses to the RFI by 5:00 PM CT on January 5, 2026, to the Contracting Officer, Stephanie Riddle, at stephanie.r.riddle@faa.gov.
    Screening Information Request (SIR) for the Strategic Sourcing for the Acquisition of Various Supplies and Equipment (SAVES)
    Transportation, Department Of
    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is seeking proposals for the Screening Information Request (SIR) 697DCK-25-R-00302, aimed at establishing a strategic sourcing contract for the acquisition of various IT supplies and equipment under the Strategic Sourcing for the Acquisition of Various Supplies and Equipment (SAVES) initiative. This procurement encompasses a wide range of commercial products, including hardware and software, to support the FAA's IT infrastructure, with a focus on enhancing efficiency and reducing costs across the Department of Transportation. The contract will be awarded as multiple Indefinite Delivery Indefinite Quantity (IDIQ) contracts, with a maximum cumulative ceiling of $4.1 billion, and is set to favor small businesses through a partial set-aside. Proposals are due via email by January 16, 2026, with all inquiries directed to Dawn Bloome at Dawn.A.Bloome@faa.gov or Kristin Frantz at Kristin.T.Frantz@faa.gov.
    Travis AFB - NONDESTRUCTIVE INSPECTION HIGH-ENERGY RADIATION COMPUTED TOMOGRAPHY (CT) SYSTEM MAINTENANCE
    Dept Of Defense
    The Department of Defense, through the 60th Contracting Squadron at Travis Air Force Base (AFB) in California, is seeking qualified vendors for periodic maintenance and emergency troubleshooting services for the FF85 High-Energy Radiation Computed Tomography (CT) System. The maintenance is critical to prevent dust contamination and ensure the integrity of the system's high-energy X-ray tube heads, with services required every six months and a more extensive inspection annually. Interested businesses, particularly small and disadvantaged firms, are invited to respond to this Sources Sought notice by December 15, 2025, at 1:00 PM Pacific Time, providing necessary business details and capabilities; questions must be submitted by December 9, 2025, to SSgt Alexander Love Gaunt at alexander.lovegaunt@us.af.mil.
    Policy, Engineering, Analysis, and Research Contract (PEARS III)
    Transportation, Department Of
    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is seeking industry feedback for the Policy, Engineering, Analysis, and Research Contract (PEARS III) through a draft Screening Information Request (SIR). This contract aims to provide support services across various FAA offices, including policy development, environmental analysis, and administrative support, with a total maximum value of $36 million over a five-year period. The FAA emphasizes the importance of industry input to refine the SIR and ensure it accurately reflects the intended work, inviting interested vendors to submit their comments via a structured comment matrix by January 21, 2026. For further inquiries, vendors can contact the FAA Contracting Office at 9-AFN-AWA-AAQ460-Contracting-Team@faa.gov.
    Janitorial Services for Bangor, ME ATCT and TRACON
    Transportation, Department Of
    The Department of Transportation, through the Federal Aviation Administration (FAA), is seeking proposals for janitorial services at the Bangor Air Traffic Control Center (ATCT) and TRACON in Bangor, Maine. The contract will cover a base year from March 1, 2026, to February 28, 2027, with the potential for four additional option years, ensuring comprehensive cleaning and maintenance of the facility as outlined in the Statement of Work and associated frequency charts. This procurement is critical for maintaining operational standards and cleanliness in a facility that operates 24/7, emphasizing the importance of uninterrupted service. Interested contractors must submit their proposals by December 18, 2025, at 3:00 PM ET, and can direct inquiries to Stephanie Pfeiff at stephanie.pfeiff@faa.gov or by phone at 651-463-5539.
    Craig Work Center (CAG ADM) Janitorial Services
    Transportation, Department Of
    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is soliciting proposals for janitorial services at the Craig Work Center (CAG ADM) in Craig, Colorado. The contract, set aside for small businesses, will cover janitorial services from May 1, 2026, to April 30, 2031, with four option years available, and will be awarded as a Firm-Fixed Price Contract. This procurement is crucial for maintaining cleanliness and operational efficiency at the facility, ensuring compliance with federal regulations and security standards, including the REAL ID Act for facility access. Interested contractors must submit their proposals by February 4, 2026, and are encouraged to attend a site visit on December 16, 2025, to familiarize themselves with the requirements. For further inquiries, contact Karen McIvor at karen.ctr.mcivor@faa.gov or Jennifer J. Davis at jennifer.j.davis@faa.gov.
    AJW Portfolio-AJW Integrated Support Services (AISS), AJW Configuration Management Support (ACMS) and Business, Financial and Administrative Support (BFAS) Requests for Information
    Transportation, Department Of
    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is issuing a Special Notice regarding the AJW Integrated Support Services (AISS) and the associated Business, Financial, and Administrative Support (BFAS) Requests for Information. The FAA has decided to separate the BFAS work from the AISS acquisition, with plans to solicit them independently; the estimated release for the BFAS SIR is anticipated in the first quarter of FY26, pending necessary approvals. This procurement is crucial for maintaining effective operational support within the FAA, ensuring that both business and administrative services are adequately addressed. For further inquiries, interested parties can contact Contracting Officer Karina Espinosa at Karina.Espinosa@faa.gov or (404) 305-5782, or reach out to secondary contact Kristin Frantz at Kristin.T.Frantz@faa.gov or (404) 305-5779.
    Aviation Research BAA 2025
    Transportation, Department Of
    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is issuing a Broad Agency Announcement (BAA) for Aviation Research 2025, with Solicitation Number 692M15-25-R-00004, which will be open for submissions from December 5, 2024, to December 4, 2034. This BAA invites proposals for scientific research and experimentation aimed at enhancing aviation safety and efficiency, with a focus on various topics including airport pavements, safety systems, and software development. The FAA encourages submissions from diverse entities, including industry, academia, and small businesses, and anticipates funding for projects ranging from $200,000 to $400,000 annually, with multiple awards expected based on funding availability. Interested parties should direct inquiries to Karen Thorngren at Karen.C.Thorngren@faa.gov or Christine Melton at Christine.M.Melton@faa.gov for further details.
    Request for Information for Innovative Solutions for FAA Application and Database Modernization
    Transportation, Department Of
    The Federal Aviation Administration (FAA) is seeking innovative solutions for the modernization of its application and database infrastructure through a Request for Information (RFI). The primary objectives of this procurement include reducing sustainment costs, enhancing operational efficiency, and improving system interoperability while addressing legacy technical challenges and ensuring scalability. This initiative is critical for the FAA as it aims to overcome complex interoperability requirements and data sensitivity issues across its systems. Interested parties are encouraged to submit their feedback by January 7, 2026, to inform the FAA's acquisition strategy, with inquiries directed to Daniel Farrell or Eric Waterman at SSDRFI@faa.gov.
    Market Survey Capability Assessment - Micro Gas Chromatograph for Hydrogen Leak Detection
    Transportation, Department Of
    The Federal Aviation Administration (FAA) is conducting a market survey to identify potential suppliers for a highly sensitive and lightweight Micro Gas Chromatograph (Micro-GC) designed for detecting hydrogen leaks in hydrogen-powered aircraft. This procurement aims to enhance aviation safety by addressing the critical concern of hydrogen leaks, which can pose significant risks in aviation operations. The Micro-GC must meet specific technical requirements, including a hydrogen detection limit of less than 10 ppm, the capability to measure leaks in multiple locations simultaneously, and a measurement speed of under three minutes per assessment. Interested entities are required to submit a capability statement by December 23, 2025, to the primary contact, Andy Montesinos, at Andy.E.Montesinos@faa.gov, and the secondary contact, Harry Lutz, at harry.lutz@faa.gov, detailing their qualifications and compliance with the outlined specifications.