Alternate BDOC
Type: Special Notice
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA4608 2 CONS LGCBARKSDALE AFB, LA, 71110-2438, USA

NAICS

Security Systems Services (except Locksmiths) (561621)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Apr 8, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 8, 2025, 12:00 AM UTC
  3. 3
    Due Apr 14, 2025, 5:30 PM UTC
Description

The Department of Defense, specifically the Department of the Air Force, intends to award a sole source contract for the procurement of security systems services to Prometheus Security Group, Inc. This contract, titled "Alternate BDOC," involves the acquisition of various specialized equipment, including client workstations, motion sensors, and alarm contacts, which are critical for the operation of Barksdale Air Force Base's Base Defense Operations Center. The procurement is justified as a sole source due to the complexity of the existing communication systems integrated with Vindicator Technology, necessitating specialized technical knowledge. Interested parties may submit capability statements or proposals for future acquisitions, and inquiries should be directed to SrA Darrell Gomba at darrell.gomba@us.af.mil or SrA Alisia Davis at alisia.davis@us.af.mil.

Point(s) of Contact
Files
No associated files provided.
Lifecycle
Title
Type
Alternate BDOC
Currently viewing
Special Notice
Similar Opportunities
Notice of Intent to Award to a Single Source: HAFB Advantor Additional Access Cards
Buyer not available
The Department of Defense intends to award a sole source contract to Advantor Systems for the procurement and installation of twenty-one access control card readers in the secure areas of Building 1614 at Hanscom Air Force Base, Massachusetts. This initiative aims to enhance security systems in compliance with Intelligence Community Directive Number 705 and the relevant technical specifications for sensitive compartmented information facilities. The procurement process will be conducted under FAR 6.302-1, which permits single-source contracts, and interested parties are invited to submit capability statements via email by May 5, 2025. For further inquiries, contact Kristin Morrison at kristin.morrison.1@us.af.mil or Kamryn Anderson at kamryn.anderson@us.af.mil.
iPreflight Genesis Software Licenses
Buyer not available
The Department of Defense, specifically the United States Air Force, intends to award a sole source contract for the procurement of iPreflight Genesis software licenses from Aircraft Performance Group, LLC. This software is essential for the 99th Airlift Squadron, providing offline access to electronic takeoff and landing data (eTOLD) for the C-37A/B fleet, enabling pilots to make real-time adjustments based on changing conditions without internet connectivity. The iPreflight Genesis application is the only software approved by Gulfstream and compliant with FAA airworthiness requirements, ensuring safety and operational efficiency for airlift missions. Interested parties may submit capability statements by May 16, 2025, to the primary contacts, Darya Macmillan and Byron Howard, via email, as the government will not entertain competitive proposals for this procurement.
Notice of Intent to Sole Source - 341 SFG Repair of Spacesaver Armory Racking System
Buyer not available
The Department of Defense, through the 341st Contracting Squadron, intends to award a sole-source contract to Spacesaver Corporation for the repair and replacement of the Spacesaver Armory Racking System at Malmstrom Air Force Base in Montana. The project involves the installation of new Spacesaver Universal Weapons Racks, the transfer of existing accessories, and the repair of broken components, all of which must be completed within a seven-day timeframe. This upgrade is critical for ensuring the Security Forces Group's operational readiness in response to security threats, thereby supporting the base's strategic mission. Interested vendors may submit capability statements or proposals by May 9, 2025, with all submissions directed to the contracting office at Malmstrom AFB; for further inquiries, contact TSgt Ricardo Dominguez at ricardo.dominguez@us.af.mil or A1C Barek Webster at barek.webster@us.af.mil.
20SF IDS and Camera Upgrade
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the upgrade of the security camera system at Shaw Air Force Base under solicitation number FA480325R0020. The project entails replacing 15 interior and 10 exterior cameras within the 20th Security Forces Squadron's Commercial Vehicle Inspection Area (CVIA) and integrating them into the existing Integrated Base Defense Security System (IBDSS) to enhance visual monitoring and security response capabilities. This upgrade is crucial for maintaining the physical security and integrated defense mission of the 20th Fighter Wing, ensuring that alarm activations can be effectively monitored and assessed. Interested contractors must adhere to specific guidelines for equipment delivery and installation, with the project expected to be completed within 120 calendar days from the Notice to Proceed. For further inquiries, potential bidders can contact Mar Rodriguez at mariadelmar.rodriguezmartinez@us.af.mil or Daniel Kane at daniel.kane.8@us.af.mil.
Notice of Intent to Sole Source
Buyer not available
The Department of Defense, specifically the Department of the Air Force, has issued a Notice of Intent to Sole Source for the upgrade of the Command and Control Dispatch System at the Colorado Springs Regional Command Post located at Peterson Space Force Base, Colorado. This procurement involves acquiring both hardware and software to implement Unify OpenScape, which is essential for meeting operational requirements. The sole source justification is based on the unique qualifications and proprietary technology of the selected supplier, ensuring compatibility with existing systems. Interested parties can reach out to Tiffany Harley at tiffany.harley.2@spaceforce.mil or Joseph Willard at joseph.willard@us.af.mil for further details regarding this opportunity.
Security Services
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking qualified vendors to provide security services for its facility located at 9595 Springboro Pike, Miamisburg, Ohio. The procurement includes off-site building alarm system monitoring and on-site unarmed security personnel during specified hours, with a focus on maintaining safety and security for the Joint Strike Fighter program. The contract will span a base period from August 1, 2025, to July 31, 2026, with three optional extension years available. Interested parties must submit a capabilities statement to Dominic McClung at dominic.mcclung@us.af.mil, adhering to the specified requirements and deadlines outlined in the Performance Work Statement.
Sole Source: 77794 - OPIR NEXT GEN SATELITE GAP ANALYSIS
Buyer not available
The Department of Defense, specifically the U.S. Air Force, is soliciting a sole source contract for the "Next Generation Overhead Persistent Infrared (Next-Gen OPIR) Gap Analysis," to be awarded to Lockheed Martin Corporation. This contract aims to facilitate the transition from the Space Based Infrared System (SBIRS) to new satellite systems, focusing on software sustainment requirements at the 309th and 402nd Software Engineering Groups. The project is critical for enhancing the U.S. military's capabilities in missile warning and surveillance, ensuring compliance with quality management and cybersecurity standards throughout its execution. Interested parties may submit capability statements or proposals for consideration, with inquiries directed to Patrick Hulett or Lasonia Anderson via their provided email addresses. The contract includes a structured timeline for deliverables, with a performance period divided into phases, emphasizing the importance of documentation and regular status updates.
Sole Source Pre-Solicitation: Follow-on Sustainment of Lockheed Martin Proprietary Components to the AEWS AN/FPS-117 Radar System
Buyer not available
The Department of Defense, through the Air Force Life Cycle Management Center (AFLCMC), intends to award a sole source contract to Lockheed Martin Corporation for the follow-on sustainment of proprietary components related to the AEWS AN/FPS-117 Radar System. This contract will encompass a five-year Indefinite Delivery/Indefinite Quantity (ID/IQ) agreement, with a potential six-month extension, aimed at providing comprehensive Contractor Logistic Support (CLS) services, including engineering, program management, and emergency services for the radar system. The AEWS is critical for atmospheric early warning and consists of 27 operational sites across Alaska, Canada, and Hawaii, with the contract performance expected to include various hardware and software assemblies essential for maintaining operational readiness. Interested parties may submit capability statements or inquiries to Christopher Jarman or Cameron Tucker via the provided email addresses, with responses due by the specified deadline.
Facility Badge In System
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking proposals for the procurement, delivery, and installation of a Facility Badge-In System at MacDill Air Force Base in Tampa, Florida. This initiative aims to replace an outdated key access method with a comprehensive ID badging system that enhances security through updated card readers, surveillance cameras, and independent entry access control compatible with the DoD Common Access Card (CAC). The system is crucial for protecting significant DoD assets and efficiently managing authorized access, with proposals required to meet strict technical specifications and include installation, training, and maintenance agreements. Interested vendors must submit their quotes by May 1, 2025, at 10:00 A.M. ET, referencing RFQ number FA481425TF050, and can contact Jon Soucy or Melissa Biggar for further information.
Monaco
Buyer not available
The Department of Defense, specifically the Missouri Air National Guard, intends to award a sole source contract to Monaco Enterprises, Inc. for the maintenance and management of the D-21 Emergency Management system at the 139th Fire Department and Civil Engineering facility in Saint Joseph, Missouri. The contractor will be responsible for providing preventative maintenance, software updates, operator training, and priority issue resolution for the Emergency Alarm System, which Monaco Enterprises originally installed and has maintained since its inception. Interested parties are invited to submit a capability statement to TSgt Amanda Glise by 12:00 P.M. on May 15, 2025, at amanda.glise@us.af.mil, as this opportunity is being solicited under FAR 6.302-1(a) for other than full and open competition, with no funds available for response preparation.