ContractSolicitationWomen-Owned Small Business

Vindicator IDS/ACS Windows 10 Upgrade

DEPT OF DEFENSE FA487726QA059
Response Deadline
Apr 13, 2026
3 days left
Days Remaining
3
Until deadline
Set-Aside
Women-Owned Small Business
Notice Type
Solicitation

Contract Opportunity Analysis

The Department of the Air Force, through the 355th Contracting Squadron at Davis-Monthan Air Force Base, is seeking quotes for a Windows 10 upgrade of the Honeywell-Vindicator intrusion detection and access control system. The work includes upgrading ACS/IDS equipment for Windows 10 compatibility, furnishing and installing a new Vindicator security server and badge manager workstations, updating associated software and firmware, and relocating existing equipment as needed. The requirement is tied to the existing Vindicator environment and calls for a certified installer, with evaluation based on technical acceptability, price, and project completion timeline. A site visit is scheduled for 8 April 2026, questions are due 9 April 2026, and quotes must be emailed by 13 April 2026 at 12:30 pm PDT, with submissions limited to four pages and including company information, CAGE code, and small business type.

Classification Codes

NAICS Code
561621
Security Systems Services (except Locksmiths)
PSC Code
6350
MISCELLANEOUS ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS

Solicitation Documents

6 Files
RFIs_QandA_Windows10_Vindicator.pdf
PDF83 KBApr 8, 2026
AI Summary
This document addresses questions regarding a government Request for Information (RFI) dated April 3, 2026, focusing on firmware upgrades and equipment relocation within various Air Force buildings. The upgrades will affect ACS v5 systems in five specific buildings (4413, 4837, 1610, 4843, and 4836), and potentially Central, Event, and Enrollment Manager v5 systems. Equipment from Building 4837 will not be reinstalled there after removal, as per the Statement of Work. A critical dependency is the base's IDS firmware upgrade to Windows 10, which is scheduled to begin in August and must be completed before the project's involved systems are upgraded. The RFI clarifies technical requirements and project timelines for these infrastructure updates.
Provision and Clauses-FA487725QA042_Vindicator IDSACS Windows 10 Upgrade.2.0.pdf
PDF21 KBApr 8, 2026
AI Summary
This government file, FA487726QA059, outlines mandatory federal acquisition clauses for contractors, covering a wide range of compliance areas. Key requirements include adherence to Department of Defense (DoD) regulations on former official compensation, whistleblower rights, antiterrorism awareness, and safeguarding covered defense information. The document also details prohibitions on specific telecommunications equipment, business operations with the Maduro Regime, and procurements from the Xinjiang Uyghur Autonomous Region. Financial instructions emphasize electronic payment submissions via the Wide Area WorkFlow (WAWF) system, specifying document types and routing information. Additionally, the file incorporates clauses regarding child labor, equal opportunity, sustainable products, and prohibitions on text messaging while driving. A significant section details certification requirements concerning child labor in listed end products, prohibiting the use of forced or indentured child labor in the supply chain.
Base Map.pdf
PDF1072 KBApr 8, 2026
AI Summary
The provided document appears to be a map or directory of facilities within the Davis-Monthan Air Force Base. It lists various locations such as the Visitors Center, Commissary, Main Exchange, Heritage Inn, Desert Inn Dining Facility, Auto Hobby Shop, Anita Hobby Shop, and the Exercise Trail. It also indicates specific units like the 563 RQG and services such as Fire & Emergency Services. Key roads mentioned include Golf Links Rd, E Golf Links Rd, Craycroft Rd, Quijota Blvd, Davenport St, Ironwood St, and Nuggat St. The context of government RFPs, federal grants, and state/local RFPs suggests that this document could be part of a larger file related to base infrastructure projects, facility management contracts, or services procurement. The map details could be relevant for proposals involving construction, maintenance, supply chain logistics, or service delivery on the base.
SOW - Finial v4.0 SSO_Redacted.pdf
PDF186 KBApr 8, 2026
AI Summary
This Statement of Work outlines the requirements for a contractor to upgrade the Honeywell-Vindicator Integrated Access Control System (ACS) and Intrusion Detection System (IDS) to ensure full Windows 10 compatibility. The project includes furnishing and installing a new Vindicator Security Server, two new Badge Manager workstations, and associated software and firmware. The contractor must be a certified installer of Honeywell-Vindicator products and adhere to specific work schedules, base regulations, and security protocols, including background checks and proper identification. The work involves potential relocation and phased installation of equipment, with a critical deadline of July 1, 2026, for the removal of existing server equipment from a specific facility. All work must be certified by Electronic Systems Security upon completion.
Wage Determination_12.03.2025.pdf
PDF83 KBApr 8, 2026
AI Summary
This document is a wage determination for Service Contract Act covered contracts in Pima County, Arizona, effective December 3, 2025. It specifies minimum hourly wage rates for various occupations across numerous categories, including Administrative Support, Automotive Service, Food Preparation, Health, Information Technology, and Maintenance. The document also outlines required fringe benefits, such as health and welfare (with different rates for EO 13706 covered contracts), vacation (2-4 weeks based on service), and eleven paid holidays. Special conditions apply to computer employees and air traffic controllers/weather observers regarding exemptions and night/Sunday pay. Hazardous pay differentials for work with ordnance and uniform allowance guidelines are also detailed. The conformance process for unlisted job classifications is explained, emphasizing the use of the “Service Contract Act Directory of Occupations” for job definition comparison.
JA-BNO - Vindicator IDS_ACS Windows 10 Upgrade_Redacted.pdf
PDF227 KBApr 8, 2026
AI Summary
The 355th Contracting Squadron is issuing a Single Source Justification for the IDS - ACS to WIN 10 UPGRADE project at Davis-Monthan AFB. This project involves upgrading Intrusion Detection Systems and badging equipment to Windows 10 compatibility, relocating a security server, and utilizing Vindicator-based technology. The justification for a single source stems from the Air Force Non-Nuclear Configuration Management Database Equipment Approval Memo and existing Vindicator infrastructure within a DIA-accredited SCIF. Procuring alternative brands would cause significant delays, re-engineering, and violate accreditation standards. Despite the brand-name restriction, market research confirms sufficient competition exists for Vindicator-certified installers, allowing for a Women-Owned Small Business set-aside solicitation on SAM.gov under NAICS 561621. The contracting officer has determined that a single source is reasonably available for this action, with a commitment to broaden competition for future needs.

Related Contract Opportunities

Project Timeline

postedOriginal Solicitation PostedApr 7, 2026
amendedLatest Amendment· Description UpdatedApr 8, 2026
deadlineResponse DeadlineApr 13, 2026
expiryArchive DateApr 28, 2026

Agency Information

Department
DEPT OF DEFENSE
Sub-Tier
DEPT OF THE AIR FORCE
Office
FA4877 355 CONS PK

Point of Contact

Name
Brian Jamian

Place of Performance

Tucson, Arizona, UNITED STATES

Official Sources