Access Control System
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
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 (FA8101 AFSC PZIOA) is conducting a Sources Sought Synopsis to identify qualified sources for Access Control Systems (ACS) maintenance and repair at Tinker Air Force Base (TAFB), Oklahoma. This market survey aims to gather information for future planning and does not constitute a solicitation. Responses are due March 23, 2026.
Purpose & Scope
This Sources Sought is for informational and planning purposes to identify potential sources capable of providing comprehensive ACS services. The scope of work, detailed in the Draft Performance Work Statement (PWS), includes providing supplies and services for ACS under a potential Blanket Purchase Agreement (BPA). This involves installation, replacement, and performance verification of ACS components (e.g., card readers, cameras, keypads), integration with Government Furnished Property/Equipment (GFP/GFE), cabling upgrades (CAT6), and ensuring all software and hardware comply with AF Technical Orders, Windows 11 compatibility, and DISA Security Technical Implementation Guides (STIGs). The system must be standardized on the Avigilon platform, support Command Access Card (CAC) readers (FIPS 201), and be Trade Agreements Act (TAA) compliant. Contractors will also be responsible for obtaining an Authority to Operate (ATO) for the system.
Key Requirements & Performance
Contractor personnel must be U.S. citizens, qualified ACS installers, and possess valid driver's licenses. Services are expected to be completed within seven business days from request, with strict performance standards for quality and customer satisfaction. The PWS also outlines requirements for a program manager, on-site training, warranties (1-year system, 2-year parts), and a 2-hour response time for normal service calls.
Response Details
Interested parties should review the attached Sources Sought Synopsis, Draft PWS, and Master Equipment List. Responses must include documentation supporting the company's capability to meet the requirements, details on how any lack of experience will be overcome (e.g., teaming, subcontracting), and identification of work areas suitable for Small Business set-aside. A Contractor Capability Survey is provided to gather business information, including NAICS 561621 ($25 Million size standard) and socio-economic status. Both large and small businesses, including joint ventures, are encouraged to participate.
Contract & Timeline
- Opportunity Type: Sources Sought
- NAICS: 561621 (Size Standard: $25 Million)
- Set-Aside: None specified for this SSS; respondents are asked to identify suitable areas for Small Business set-aside.
- Response Due: March 23, 2026 (Close of Business)
- Published: March 17, 2026
- Contact: Michael Shand (michael.shand@us.af.mil)