Security Systems Maintenance Screening Information Request (SIR) - Additional Answer to Question
ID: 693KA9-25-R-00025Type: Solicitation
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)

Set Aside

No Set aside used (NONE)
Timeline
    Description

    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is seeking contractors for the Security Systems Maintenance Screening Information Request (SIR) 693KA8-25-R-00023. The procurement aims to secure corrective maintenance and replacement support for physical security systems across approximately 540 FAA facilities, both domestically and internationally. This contract encompasses a range of services, including labor, supervision, tools, and materials necessary for the maintenance, repair, and replacement of security systems, which are critical for ensuring the safety and security of FAA operations. Interested contractors should note that the proposal due date is October 28, 2025, and they can direct inquiries to Patricia Petersky at Patricia.Petersky@faa.gov or Stephen Mostow at stephen.mostow@faa.gov.

    Point(s) of Contact
    Files
    Title
    Posted
    The Federal Aviation Administration (FAA) has issued a competitive solicitation (693KA9-25-R-00025) for Security Systems Maintenance (SSM) services. This contract, with a one-year base period and four one-year options, requires a contractor to provide labor, supervision, tools, materials, and management for maintaining, repairing, and replacing physical security systems across approximately 540 FAA facilities in the U.S. and its territories. The contract includes Firm-Fixed Price for program and warehouse management, and call center support, while corrective maintenance is Time and Materials, and spare parts, shipping, travel, and software licenses are Cost Reimbursable with Not-to-Exceed amounts. The contractor must establish a 24/7 U.S.-based ISO 9001:2015 certified call center, manage government-furnished equipment, and adhere to strict safety, reporting, and response time requirements for service calls. Key security systems include Physical Access Control, Video Monitoring, Visitor Screening, and Intrusion Detection Systems.
    The Federal Aviation Administration (FAA) has issued Solicitation Number 693KA9-25-R-000253 for Security Systems Maintenance (SSM). This competitive solicitation covers a one-year base period and four one-year options, with a ceiling to be determined. The contractor will be responsible for all maintenance aspects, including labor, shipping, spare parts, and materials, for physical security systems across approximately 540 FAA facilities. The contract includes Firm-Fixed Price (FFP) CLINs for Program Management, Warehouse Management, and Call Center Support, and Time and Materials (T&M) CLINs for Security Systems Maintenance. Cost-reimbursable CLINs cover spare parts, shipping, travel, and software licenses with Not-to-Exceed (NTE) amounts. Key requirements include a 24/7 US-based, ISO 9001:2015 certified call center, strict response time requirements (RTR) for service calls based on facility tier, and comprehensive property management for government-furnished equipment. Contractors must also adhere to stringent personnel qualifications, security approvals, and mandatory safety training, including OSHA requirements. The document details reporting requirements such as quarterly Program Management Reviews (PMRs) and weekly status meetings. The purpose is to ensure the continuous and effective operation of the FAA's physical security infrastructure.
    This document outlines an amendment to a solicitation for Security Systems Maintenance (SSM) for the Federal Aviation Administration (FAA), encompassing a one-year base period and four one-year options. The contract requires the contractor to provide all labor, supervision, tools, materials, equipment, and management for maintaining, repairing, and replacing physical security systems across approximately 540 FAA facilities. Key services include program and warehouse management (Firm-Fixed Price), call center support (Firm-Fixed Price), corrective maintenance (Time and Materials), and cost-reimbursable elements for spare parts, shipping, travel, and software licenses. The contractor must establish a 24/7 U.S.-based ISO 9001:2015 certified call center, manage government-furnished equipment, and adhere to strict response time requirements (RTR) for service calls, categorized by facility tier. Extensive safety, training, and reporting requirements are detailed, including OSHA compliance, property management, and quarterly program reviews. The contractor is responsible for ensuring the functionality and safety of diverse security systems, including Physical Access Control, Video Monitoring, Visitor Screening, and Intrusion Detection Systems.
    The Federal Aviation Administration (FAA) released Amendment 0002 to its Security Systems Maintenance (SSM) Request for Information (SIR) 693KA8-25-R-00023, addressing numerous vendor questions. Key updates include mandatory phishing training for all PIV card and email account holders, clarification on hazardous material disposal requiring Form 4650 and recycling certificates, and a revised definition of maintenance schedules to focus on documentation of corrective and preventative actions. The FAA clarified that while some preventative maintenance is allowed on an "as-needed" basis, scheduled preventative maintenance is not. The amendment also refined requirements for vendor license agreements, OCI plans, and small business participation, emphasizing upfront demonstration and continuous compliance. Pricing worksheet errors were acknowledged, and offerors may correct them. Additionally, the FAA confirmed an incrementally funded contract award and extended the proposal due date to October 28, 2025.
    Amendment 0002 to RFP 693KA8-25-R-00023, titled "Security Systems Maintenance," provides a comprehensive list of government facilities requiring security system services. This attachment, J-1, details various facility types, their ATO (Authority to Operate) status, names, addresses, and corresponding security levels (FSL). The document systematically lists federal government locations across multiple states, including Alaska, Alabama, Arkansas, Arizona, California, Colorado, Connecticut, Washington D.C., Delaware, Florida, Georgia, Guam, Hawaii, Iowa, Idaho, Illinois, Indiana, Kansas, Kentucky, Louisiana, Massachusetts, Maryland, Maine, Michigan, Minnesota, Missouri, Mississippi, Montana, North Carolina, North Dakota, Nebraska, New Hampshire, and New Jersey, New Mexico. The facilities range from Air Traffic Control Towers (ATCT) and Air Route Traffic Control Centers (ARTCC) to Flight Standards District Offices (FSDO), Technical Support Centers (TSC), and regional offices. The ATO status indicates whether a facility's systems are authorized for operation, with many listed as "ATO" or "Non ATO." The FSL (Facility Security Level) also varies, ranging from FSL1 to FSL4CI, reflecting diverse security requirements. This amendment serves as a critical reference for potential contractors, outlining the scope and geographical distribution of sites for security systems maintenance under the federal government's procurement process.
    Amendment 0002 for RFP 693KA8-25-R-00023 outlines the labor categories for Security Systems Maintenance, detailing both Fixed Price and Time & Material roles. Fixed Price roles include Program Manager, Lead Senior Security Systems Engineer, Logistics Specialist, Call Center Technician, Accounting Clerk, Network Engineer, and AutoCAD Specialist. Time & Material roles consist of Senior II, Senior I, and Junior Electronics Technicians. The document specifies comprehensive responsibilities, experience, education, and certification requirements for each position, with particular emphasis on key personnel like the Program Manager and Lead Senior Security Systems Engineer. It also provides acceptable substitutions for educational requirements and lists additional security professional certifications. This amendment is critical for defining the workforce structure and qualifications for this federal security systems maintenance contract.
    This document, Amendment 0002 to RFP 693KA8-25-R-00023, is a pricing worksheet for Security Systems Maintenance services. It details the cost breakdown for a base year (2026-2027) and four option years (2027-2031), totaling $14,670,546.05 over the entire period. Key cost categories include firm fixed-price items for Program Management and Warehouse Management, and Call Center services, which currently show no allocated costs. Cost-reimbursable NTE (Not-to-Exceed) items cover Spare Parts, Shipping and Handling, Travel, and Value Added Reseller/Software Licenses/Tier 3 Support. Separate sections provide detailed labor and cost breakdowns for Program Management and Warehouse Support (CLIN XX10), Call Center services (CLIN XX20), and Corrective Maintenance (T&M/LH) Labor (CLIN XX30) across various regions and labor categories. The document instructs offerors to fill in blue-shaded cells, ensuring all formulas are accurately calculated.
    The Federal Aviation Administration’s (FAA) Security Systems Maintenance (SSM) Amendment 0003 provides clarifications for SIR 693KA8-25-R-00023, addressing vendor questions regarding proposal submissions and certification requirements. The FAA confirmed that only the Offeror needs to submit Section I of the proposal and cannot provide an exhaustive list of equivalent certifications, requiring offerors to provide written justifications for proposed alternatives. It clarified that prime contractors are not required to install or design GENETEC or Lenel systems, but maintenance and troubleshooting of existing systems necessitate specific certifications. The FAA also stated that the provided Labor Category/Level of Effort (LCAT/LOE) profiles are for pricing, with the successful offeror determining the exact effort. Finally, it confirmed that the Lead Senior Security Systems Engineer (Key Personnel) must possess Lenel and GENETEC certifications.
    The document, titled "693KA8-25-R-00023 Security Systems Maintenance Attachment J-1 List of Facilities," is a comprehensive list of federal government facilities requiring security systems maintenance. It details various locations across multiple states including Alaska, Alabama, Arkansas, Arizona, California, Colorado, Connecticut, Washington D.C., Delaware, Florida, Georgia, Guam, Hawaii, Iowa, Idaho, Illinois, Indiana, Kansas, Kentucky, Louisiana, Massachusetts, Maryland, Maine, Michigan, Minnesota, Missouri, Mississippi, Montana, North Carolina, North Dakota, Nebraska, New Hampshire, New Jersey, and New Mexico. Each entry includes the facility's region, location ID, type (e.g., ATCT, ARSR, FSDO, ARTCC, TRACON, SSC, RO, SECFO, CERAP, FIFO, SMO, TECHCENTER, RATCF), ATO status, name, address, city, state, and ZIP code. The list categorizes facilities by their operational status (ATO or Non-ATO) and includes various types of air traffic control towers, radar sites, flight standards district offices, regional offices, and technical centers. The document serves as a critical attachment for an RFP, outlining the scope of locations where security system maintenance services are required.
    The document, identified as Notice ID: 693KA8-25-R-00023, pertains to Security Systems Maintenance and includes Attachment J-2, which is a Map of Regions. This indicates that the document is likely part of a federal government Request for Proposal (RFP) or a similar procurement document. The main purpose of this notice is to outline the geographical scope or distribution of the security systems maintenance contract, as detailed in the accompanying map. The concise nature of the file suggests that Attachment J-2 provides visual or descriptive information regarding the service areas relevant to the security systems maintenance project.
    The provided document, "693KA8-25-R-00023 Security Systems Maintenance Attachment J-3 Inventory List," is a detailed inventory of security systems equipment. It lists a wide array of electronic and physical security components from various manufacturers, including Pelco, Hewlett Packard (HP), Hysecurity, Doorking (DKS), Chamberlain/Liftmaster/Elite/DC Solutions, American Power Conversion (APC), Hirsch Electronics LLC, Altronix, Aiphone Corporation, Bosch Security Systems / Radionics, Honeywell, and many others. The inventory includes network video decoders, servers, gate operators, power inverters, barrier arms, UPS systems, cameras (dome, box, bullet, mini-dome, panoramic), receivers, controllers, keypads, access control components (card readers, electric strikes, magnetic locks), sensors (PIR, glass break, magnetic), surge protectors, fiber optic cables, media converters, network switches, digital video recorders (DVRs), network video recorders (NVRs), monitors, power supplies, and various mounting and accessory kits. The document's purpose is to provide a comprehensive list of equipment for the maintenance of security systems, likely in support of a federal government RFP or grant for security systems maintenance.
    The document, 693KA8-25-R-00023, outlines labor categories for a Security Systems Maintenance contract, dividing them into Fixed Price and Time & Material roles. Fixed Price roles include Program Manager, Senior Security Systems Engineer, Logistics Specialist, Call Center Technician, Administrative Support, Network Engineer, and AutoCAD Specialist, each with specific experience, education, and certification requirements. Key personnel like the Program Manager and Senior Security Systems Engineer have detailed responsibilities and stringent qualifications. Time & Material roles consist of Senior II, Senior I, and Junior Electronics Technicians, all performing corrective maintenance on various electronic security systems and requiring specific technical skills and certifications. The document also provides definitions for each labor category based on the SCA Directory of Operations, detailing their duties and skill sets for this federal government RFP.
    The document "693KA8-25-R-00023 Security Systems Maintenance Attachment J-5 List of Contract Data Line Items (CDRLs)" outlines the required deliverables and their frequencies for a security systems maintenance contract. Key deliverables include meeting records and minutes (10 business days after meetings), various reports to the Contracting Officer's Representative (COR) (weekly/monthly/quarterly, or 10 days after repair completion), and personnel resumes (upon candidate submission). Other essential items cover equipment/systems modifications (when required), as-built materials lists (after approval), and modifications to as-built facility drawings (as modifications occur). Financial reporting includes quarterly cost performance reports and labor hours reports for each work order. Logistics and planning documents consist of a logistics support plan (30 days after award and updates as required), proposed sparing list (90 days after award and monthly reporting), and a technical and management work plan (60 days after award and updates). Monthly reports are also required for the status and receipt of Government Furnished Equipment (GFE). Additionally, the contract mandates a Quality Assurance Plan (30 days after award), annual directions to facilities (10 days after award), system changes (30 days prior to replacement), and a Safety Plan (30 days after award). This comprehensive list ensures detailed tracking and reporting across all aspects of the security systems maintenance project.
    Attachment J-6 of RFP 693KA8-25-R-00023, titled "Security Systems Maintenance," provides a comprehensive list of Wage Determinations (WDs) as of July 31, 2025. This document is crucial for federal, state, and local RFPs, grants, and other government solicitations, outlining the applicable wage rates across various states and counties. It includes WD numbers, revision numbers, specific states and counties (including some with detailed city/town listings), direct links to the wage determinations on sam.gov, and the corresponding geographical regions (e.g., AAL, ACE, AEA, AGL, ANE, ANM, ASO, ASW, AWP). The file serves as a reference for contractors to ensure compliance with labor wage requirements for projects under this RFP, covering a wide array of locations across the United States and Guam.
    The Past Performance Questionnaire (Attachment J-7) for SIR No. 693KA9-25-R-00023 is a critical document for evaluating potential vendors for Security Systems Maintenance. Offerors must complete Section A with their company and project details, including contract type, dates, and dollar values. Evaluators (references) then complete Section B, assessing the offeror's performance across technical quality, cost control, schedule, and business relations using a rating scale from Exceptional to Unsatisfactory. The questionnaire also asks if the evaluator would do business with the contractor again and provides space for additional comments. References are instructed to submit the completed questionnaire to the FAA by October 9, 2025, at 12:00 PM ET via email, with specific subject line requirements.
    The document "693KA8-25-R-00023 Security Systems Maintenance Attachment J-8 Pricing Worksheet" is a government RFP for security systems maintenance. It outlines pricing details across a base year (XX/XX/2026 - XX/XX/2027) and four option years, extending to XX/XX/2031. The total estimated cost for all years is $14,670,546.05. Key cost categories include firm fixed-price (FFP) components for Program Management, Warehouse Management, and Call Center services, and cost-reimbursable (NTE) items for Spare Parts, Shipping and Handling, Travel, and Value Added Reseller/Software Licenses/Tier 3 Support. While the FFP components show no costs in the provided data, the cost-reimbursable categories represent the majority of the projected expenses, with Spare Parts and Travel being the largest contributors. The worksheet also details labor rates and pricing for Program Management, Warehouse Support, Call Center, and Corrective Maintenance, broken down by various labor categories and regions, though these sections are currently unpopulated. The document serves as a template for offerors to submit their pricing for these services.
    Amendment 0003 modifies solicitation 693KA8-25-R-00023 issued by the Federal Aviation Administration (FAA) to provide additional questions and answers. The amendment, effective October 7, 2025, extends or does not extend the offer receipt date as specified in Item 11. Offerors must acknowledge receipt of this amendment by completing items 8 and 15 and returning copies, acknowledging on each offer copy, or sending a separate letter or telegram. Failure to acknowledge may result in rejection. This document is administered by Stephen Mostow and Patricia Petersky. All other terms and conditions of the original solicitation remain unchanged.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Policy, Engineering, Analysis, and Research Contract (PEARS III)
    Buyer not available
    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.
    Request for Information: Configuration, Logistics, and Maintenance Resource Solutions (CLMRS) Information Technology (IT) Support Services for FAA ATO
    Buyer not available
    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.
    Aviation Research BAA 2025
    Buyer not available
    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.
    Janitorial Services for Bangor, ME ATCT and TRACON
    Buyer not available
    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is seeking proposals for janitorial services at the Bangor Air Traffic Control Center and TRACON in Bangor, Maine. The contract will cover a base year from March 1, 2026, to February 28, 2027, with four additional option years, emphasizing the need for comprehensive cleaning and maintenance as outlined in the Statement of Work and Frequency Charts. This procurement is crucial for maintaining operational standards and ensuring a clean environment for FAA personnel, with a focus on compliance with safety and environmental regulations. Interested small business concerns must submit their proposals, including completed forms and pricing schedules, by the specified deadlines, and can direct inquiries to Stephanie Pfeiff at stephanie.pfeiff@faa.gov or by phone at 651-463-5539.
    AJW Portfolio-AJW Integrated Support Services (AISS), AJW Configuration Management Support (ACMS) and Business, Financial and Administrative Support (BFAS) Requests for Information
    Buyer not available
    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.
    AIRCRAFT PARTS CONTRACTOR LOGISTICS SUPPORT
    Buyer not available
    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is seeking a contractor to provide logistics support for aircraft parts through a Blanket Purchase Agreement. The contract aims to supply parts for the FAA's fleet of aircraft, with a performance period of 12 months, and is designated as a Total Small Business Set-Aside, encouraging participation from small businesses. The estimated total value of the contract is approximately $14,380,000, with specific instructions for contractors regarding markup rates and discount terms outlined in the associated procurement schedule. Interested parties should direct inquiries to the primary contact, Bill Boyer, at william.e.boyer@faa.gov, or the secondary contact, Tammy Claiborne, at tammy.r.claiborne@faa.gov, for further details on the proposal submission process.
    Craig Work Center (CAG ADM) Janitorial Services
    Buyer not available
    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.
    Request for Information for Innovative Solutions for FAA Application and Database Modernization
    Buyer not available
    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.
    Cloud services in support of the operational mission of the Federal Aviation Administration
    Buyer not available
    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is preparing to re-issue a Request for Quote (RFQ) for cloud services that support its operational mission. This procurement aims to secure cloud hosting solutions, which are critical for the FAA's data processing and web hosting needs, particularly in light of a previous RFQ that closed prematurely due to a furlough. The FAA will consider all feedback and questions submitted during the initial RFQ process for the new solicitation, which will be posted on the GSA e-buy site soon. For further inquiries, interested parties can contact Laurie Jiavaras at laurie.p.jiavaras@faa.gov or Kathryn Scott at kathryn.scott@faa.gov.
    Stafford Building Major Electrical Upgrade - Construction
    Buyer not available
    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is seeking contractors for the Stafford Building Major Electrical Upgrade project at the Mike Monroney Aeronautical Center in Oklahoma City, Oklahoma. This procurement involves comprehensive electrical upgrades, including the replacement of switchgear, motor control centers, and secondary switchboards, with an estimated contract value between $1,000,000 and $5,000,000. The project is critical for enhancing the electrical infrastructure and ensuring compliance with safety and environmental regulations. Proposals are due by December 16, 2025, at 3:00 PM CT, and interested parties should direct inquiries to Neil Amaral at neil.s.amaral@faa.gov or call 405-954-8381.