7 MUNS Vindicator
SOL #: FA466126Q0031Combined Synopsis/Solicitation
Overview
Buyer
DEPT OF DEFENSE
Dept Of The Air Force
FA4661 7 CONS CD
DYESS AFB, TX, 79607-1581, United States
Place of Performance
Dyess AFB, TX
NAICS
Security Systems Services (except Locksmiths) (561621)
PSC
Installation Of Equipment: Alarm, Signal, And Security Detection Systems (N063)
Set Aside
Total Small Business Set-Aside (FAR 19.5) (SBA)
Original Source
Timeline
1
Posted
Apr 3, 2026
2
Submission Deadline
May 4, 2026, 1:00 PM
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The Department of the Air Force, 7th Contracting Squadron at Dyess AFB, TX, has issued a Request for Quote (RFQ) for the replacement of the legacy Monaco Intrusion Detection System (IDS) with a new Honeywell Vindicator IDS. This is a Total Small Business Set-Aside opportunity, with the intent to award a Firm-Fixed Price (FFP) contract. The project involves comprehensive installation, testing, and training for the new system across multiple buildings at Dyess AFB. Quotes are due by May 4, 2026, at 8:00 a.m. CST.
Scope of Work
The contractor will be responsible for:
- Removal and Disposal: Decommissioning and removal of the existing Monaco IDS.
- System Installation: Complete provision and installation of a new Honeywell Vindicator IDS, including all necessary hardware, software, and licensing. This covers controls, surge suppressors, sensors, cables, and switches in eight specific buildings (9129, 9130, 9131, 9132, 9134, 9135, 9142, 9143).
- Infrastructure: Installation of new fiber optic cabling and conduit, including trenching (36 inches deep for 4-inch PVC), backfilling, landscaping, and installation of handholes and manholes.
- Testing: Comprehensive system testing, including phased testing as per AFI 31-101, 72-hour alarm functionality, and fiber optic cable testing for attenuation and splice loss.
- Training: Delivery of operator and administrator training for Security Forces Squadron (SFS) personnel on the new Vindicator system.
- Compliance: All work must adhere to specified Air Force Instructions (AFI), Department of Defense Manuals (DoDM), and manufacturer specifications.
Contract Details & Requirements
- Contract Type: Firm-Fixed Price (FFP).
- Set-Aside: Total Small Business Set-Aside (100%).
- Place of Performance: Dyess AFB, TX.
- Special Requirements:
- A Honeywell certified technician must be present during installation and testing.
- Contractor employees must be U.S. citizens.
- Compliance with security requirements for controlled/restricted areas, including obtaining identification and vehicle passes.
- Adherence to federal, state, and local regulations, including OSHA standards and Service Contract Act wage determinations.
- Offerors must be registered in SAM.gov.
- Note on Funds: Funds are not presently available for this effort; no award will be made until funds are available. The Government reserves the right to cancel the solicitation.
Submission & Evaluation
- Quote Submission: Electronically via email, comprising three volumes:
- Price Quotation: Completed Attachment 7 - Pricing Schedule, including unit and total prices for all CLINs (0001-0009), including option items.
- Technical Approach: (Max 5 pages) Proposed plan, preliminary project schedule, safety plan, list of Vindicator-specific equipment, and proof of technician certification.
- Past Performance: (Max 1 page per reference, up to 5 pages total) List of up to five recent and relevant contracts (within the last five years) similar in scope, size, and complexity, including any current projects at Dyess AFB.
- Evaluation Criteria: Award will be made to the responsible offeror whose quotation represents the best value, considering Price, Technical Acceptability, and Past Performance. Technical and Past Performance, when combined, are approximately equal in importance to Price. A rating of "Acceptable" or higher is required for the Technical factor.
- Quote Validity: Quotations must be valid for a minimum of 90 days.
Key Dates
- Optional Site Visit: April 13, 2026. RSVP required by April 10, 2026, 1600 CST to cheryl.lynn.1@us.af.mil and trevor.finch.1@us.af.mil.
- Deadline for Questions: April 17, 2026, 3:00 p.m. CST. Submit to cheryl.lynn.1@us.af.mil and trevor.finch.1@us.af.mil.
- Deadline for Offers: May 4, 2026, 8:00 a.m. CST. Email quotes to cheryl.lynn.1@us.af.mil and trevor.finch.1@us.af.mil.
People
Points of Contact
TSgt Trevor FinchPRIMARY
Cheryl LynnSECONDARY
Files
Versions
Version 1Viewing
Combined Synopsis/Solicitation
Posted: Apr 3, 2026