ContractSolicitationTotal Small Business Set-Aside (FAR 19.5)

Vindicator Intrusion Detection System Installation Services

DEPT OF DEFENSE FA481926Q0011
Response Deadline
May 13, 2026
5 days left
Days Remaining
5
Until deadline
Set-Aside
Total Small Business Set-Aside (FAR 19.5)
Notice Type
Solicitation

Contract Opportunity Analysis

The Department of the Air Force is seeking a contractor to design, procure, and install a new Vindicator intrusion detection system for Building 503 at Tyndall Air Force Base. The work replaces an end-of-life system with new sensors, cabling, access panels, and related infrastructure, while integrating the new system into the existing electronic security environment and keeping the current access control system operational. The scope calls for a parallel installation to avoid disruption, no reuse of existing wiring, compliance with required security and wiring standards, and delivery of testing, warranty support, and closeout documentation; the effort also identifies Honeywell Vindicator hardware as the brand-name requirement. Offers are due by May 8, 2026 at 1:00 p.m. CDT and must be emailed to angel.clarke@us.af.mil and rebecca.cudjoe.gh@us.af.mil.

Classification Codes

NAICS Code
561621
Security Systems Services (except Locksmiths)
PSC Code
N063
INSTALLATION OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS

Solicitation Documents

12 Files
Solicitation - FA481926Q0011.pdf
PDF165 KBApr 8, 2026
AI Summary
This document is a solicitation for a Firm Fixed Price contract (FA481926Q0011) issued by FA4819 325 CONS PKP for a Vindicator Intrusion Detection System (IDS) and its installation. The solicitation, issued on April 2, 2026, with an offer due date of April 15, 2026, at 12:00 PM local time, is a 100% Small Business Set-Aside under NAICS code 561621 with a size standard of USD 25,000,000.00. The delivery and performance period is 120 calendar days from the date of award to Tyndall AFB, FL. Key clauses include those related to electronic payment via Wide Area WorkFlow (WAWF), prohibitions on certain telecommunications equipment, and restrictions on Class I Ozone Depleting Substances. Offers will be evaluated on price and technical compliance, rated as Acceptable/Not Acceptable based on submitted technical documentation.
Solicitation Amendment FA481926Q00110001 SF 30.pdf
PDF81 KBApr 28, 2026
AI Summary
Amendment 0001 to Solicitation FA481926Q0011, effective April 8, 2026, extends the deadline for offer submissions to April 28, 2026. Issued by FA4819 325 CONS PKP, the amendment only modifies the response due date. All other terms and conditions of the original solicitation, dated April 2, 2026, remain unchanged and in full force and effect. Offerors must acknowledge receipt of this amendment to ensure their offers are considered valid.
RFI for Vindicator Intrusion Detection System Installation Services.pdf
PDF109 KBMay 8, 2026
AI Summary
This Request for Information (RFI) pertains to Contract F4A1046036A001 for the installation of the Vindicator Intrusion Detection System at 225 Alabama Avenue. The RFI addresses
EAL for Vindicator Intrusion Detection System Installation Services.xlsx
Excel12 KBMay 8, 2026
AI Summary
The document details a site visit for the Vindicator Intrusion Detection System Installation Services, scheduled for April 16, 2026, at Tyndall AFB, Florida. The point of contact for this event is SSgt Angel Clarke. The file includes a section for personal identifiable information, such as name, date of birth, SSN, and driver's license details, likely for access or security purposes related to the site visit.
Statement of Work.pdf
PDF640 KBMay 8, 2026
AI Summary
This Statement of Work (SOW) outlines the requirements for the design, procurement, and installation of a new Vindicator Intrusion Detection System (IDS) in Building 503 at Tyndall Air Force Base, Panama City, FL. The existing system, installed in 2005, is at the end of its life, necessitating a full replacement of sensors, cabling, and access panels, which must be integrated into the existing Electronic Security System (ESS). The contractor must use Commercial Off the Shelf (COTS) equipment from the Approved Equipment List (AEL) or propose and qualify non-AEL COTS IDS equipment. The SOW details general IDS requirements, including sensor types, enclosure specifications, battery backup solutions, and integration with the Base Defense Operations Center (BDOC). It also covers IDS testing and a one-year Interim Contractor Support (ICS) warranty, outlining response and repair times. Access control systems (ACES) are to remain operational. Deliverables include a comprehensive data package with electronic drawings, part numbers, serial numbers, and warranty information. General information covers normal hours of operation, recognized holidays, security requirements for unclassified contracts (including employee listings, passes, identification media, prohibition of weapons, CUI compliance, reporting, physical security, and key control), and special contractor qualifications, such as the requirement for a contract manager and Vindicator-certified technical personnel. Hazardous materials and waste handling, material recycling, cleanup, coordination with other contractors, fire prevention, and smoking policies are also addressed. The document concludes with requirements for performance during national crises, closeout documents (DD1354, AF Form 3064, AF Form 3065), and a list of reference specifications, standards, publications, and handbooks, along with facility drawing sets.
Wage Determination.pdf
PDF336 KBMay 8, 2026
AI Summary
No AI summary available for this file.
Non-Nuclear Configuration Management Database (CMD) Equipment Approval.pdf
PDF371 KBMay 8, 2026
AI Summary
The Department of the Air Force's Air Force Life Cycle Management Center (AFLCMC/HBU) has issued a memorandum outlining approved equipment lists for Non-Nuclear Configuration Management Database (CMD) systems. This document, dated April 29, 2024, details equipment suitable for PL-1 (non-nuclear) through PL-4 applications and configurations. Attachment 1 specifies equipment for new procurements, installs, and upgrades, recommending updates to the latest software/firmware. Attachment 2 lists previously approved equipment that remains suitable for sustainment in existing installations but not for new procurements. All approved equipment adheres to TAA/BAA/NDAA requirements at the time of approval, with a note to verify the place of origin before installation. The memorandum also provides contact information for inquiries and mentions a separate list for PL-1 Nuclear applications.
ACTC_SOW_V2_ Updated_29 Apr 2026.pdf
PDF832 KBMay 8, 2026
AI Summary
This Statement of Work (SOW) outlines the requirements for the design, procurement, and installation of a new Vindicator Intrusion Detection System (IDS) in Building 503 at Tyndall Air Force Base, Panama City, FL. The project necessitates a complete replacement of the existing end-of-life system, including new sensors, cabling, and access panels, to be installed in parallel to avoid operational disruption. The new system must integrate with the existing Electronic Security System (ESS) and comply with various Air Force and Intelligence Community physical security standards, utilizing approved Commercial Off-the-Shelf (COTS) equipment. The contractor is responsible for testing, providing a one-year warranty with specific response and repair times, and delivering comprehensive data packages and as-built drawings. The SOW also details general information, including normal operating hours, recognized holidays, stringent security requirements for unclassified contracts, special qualifications for personnel, hazardous material handling, waste recycling, cleanup, coordination with other contractors, fire prevention, and smoking policies. Performance during national crises is also addressed, along with closeout document requirements and a list of applicable specifications, standards, and handbooks.
RFI Responses vindicator.docx
Word34 KBMay 8, 2026
AI Summary
The document addresses questions and answers regarding the Vindicator Intrusion Detection System Installation Services at Tyndall AFB, FL. The project involves replacing an existing Honeywell Vindicator IDS with a new, independent parallel system within an approximately 2500 sq ft facility. Key aspects include the requirement for new conduit and cabling, with no reuse of existing wiring, and a 1-to-1 swap of IDS items, allowing the contractor to determine if additional equipment is needed for complete coverage. The facility has stable power with UPS and generator backup, and mostly suspended ceilings. Access is limited to normal duty hours (Mon-Fri, 0700-1800), with no weekend or holiday access. The contractor is responsible for system design, installation, programming, and providing a test plan for government approval. The project has an estimated completion timeline of 150 days ARO. Compliance with ICD 705 and 1404 standards is mandatory for wiring, conduit, and cipher locks. Progress payments and billing upon parts arrival are not allowed. The government will provide network connections to BDOC and existing system configuration files upon award, but the vendor is responsible for providing new badge readers and all equipment.
Solicitation Amendment FA481926Q00110002 SF 30.pdf
PDF379 KBMay 8, 2026
AI Summary
Amendment 0002 to solicitation FA481926Q0011, effective April 28, 2026, extends the deadline for offers to May 8, 2026, at 13:00 CDT. Issued by FA4819 325 CONS PKP at Tyndall AFB, FL, this amendment modifies the response due time from 12:00 PM to 1:00 PM and the response due date from April 28, 2026, to May 8, 2026. Offerors must acknowledge receipt of this amendment to ensure their offers are considered. All other terms and conditions of the original solicitation remain unchanged.
Sign-In sheet_Redacted.pdf
PDF595 KBMay 8, 2026
AI Summary
The document is an attendance roster for a site visit concerning Solicitation FA481926Q0011, for Vindicator Intrusion Detection System Installation Services at Tyndall AFB, FL. The site visit occurred on April 16, 2026, at 0900 hours, in Building 503, located at 225 Alabama Avenue. Attendees included representatives from the USAF and several private security and systems companies such as GSC Systems, PSI, Prometheus Security Group Global, OSC Systems, and USIDC. The roster records the names, companies, and contact information (email/phone number) of the individuals present, indicating interest from various contractors in this federal government Request for Proposal (RFP) for security system installation services.
Additional Q and A - Vindicator.pdf
PDF139 KBMay 8, 2026
AI Summary
This document addresses additional questions and answers regarding the Vindicator Intrusion Detection System Installation Services at Tyndall AFB, FL (SAM Notice ID FA481926Q0011 – Amendment 003). It clarifies that the new system should be treated as a new build, with existing equipment remaining intact and operational until the new system is fully accredited. The current Access Control System (ACS V3) should not be altered. The listed equipment is a baseline, and contractors may propose alternatives if coverage is adequate. Interface requirements for integration between the IDS and ACS V3 will be provided after the award due to operations security. The access control device referenced is the swipe/PIN keypad access point external to each door.

Related Contract Opportunities

Project Timeline

postedOriginal Solicitation PostedApr 2, 2026
amendedAmendment #1· Description UpdatedApr 8, 2026
amendedAmendment #2· Description UpdatedApr 28, 2026
amendedAmendment #3· Description UpdatedApr 28, 2026
amendedAmendment #4· Description UpdatedApr 29, 2026
amendedLatest Amendment· Description UpdatedMay 8, 2026
deadlineResponse DeadlineMay 13, 2026
expiryArchive DateMay 28, 2026

Agency Information

Department
DEPT OF DEFENSE
Sub-Tier
DEPT OF THE AIR FORCE
Office
FA4419 97 CONF CC

Point of Contact

Name
Angel Clarke

Place of Performance

Tyndall AFB, Florida, UNITED STATES

Official Sources