Air Force Plant Access Control Vetting
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, specifically the Air Force Life Cycle Management Center (AFLCMC/EZV) at Wright-Patterson AFB, Ohio, is conducting market research through a Sources Sought notice for Air Force Plant Access Control Vetting services. This effort aims to identify qualified sources capable of vetting government employees and visitors against authoritative law enforcement databases to determine fitness and reliability for accessing national security resources at Air Force Plants. Performance will be at Air Force Plant 42 (Palmdale, CA), Air Force Plant 4 (Fort Worth, TX), Air Force Plant 6 (Marietta, GA), and Air Force Plant 44 (Tucson, AZ). Responses are due by March 2, 2026, at 5:00 PM EST.
Scope of Work
The requirement includes providing expert services for personnel vetting, necessitating FBI CJIS approval and Air Force CSO authorization to process NCIC/III checks. Key capabilities include providing mobile handheld computers for electronic entry verification, secure data-sharing processes, and the ability to securely scan and read credentials in under a second with a minimum 98% system uptime. Vendors must demonstrate past performance in NCIC/III checks with successful audit results and be capable of providing Electronic Perimeter Access Control System (ePACS) services compliant with DoDM 5200.08V3_AFMAN 31-101V3. The system should support an interface to the Government’s Identity Matching Engine for Security and Analysis (IMESA) and utilize DOJ-trained CJIS certified NCIC Terminal Operators (average tenure of five years desired). The solution must support proprietary credentials, be compatible with existing commercial infrastructure, and vet against various law enforcement databases including NCIC Person Files (Wanted, Violent, Immigration, Terrorist Screening, Sex Offender) and Interstate Identification Index (III). The system must be standalone, requiring no access to DoD/Government networks or major infrastructure, and capable of scanning a wide range of IDs. Services also include 24x7 remote monitoring, onsite maintenance, training, and equipment upgrades/relocation.
Contract & Timeline
- Type: Sources Sought / Market Research
- Set-Aside: None specified (market research stage)
- Response Due: March 2, 2026, 5:00 PM EST
- Published: February 17, 2026
Evaluation
This is a market research effort to identify potential sources and assess industry capabilities. Responses will inform future acquisition strategies, including potential small business set-asides. This notice is for information and planning purposes only and does not constitute a Request for Proposal (RFP) or a commitment by the Government to award a contract.
Additional Notes
Interested parties must submit responses via email to Kyle Hartlage (kyle.hartlage@us.af.mil) and Charnelle Hagans (charnelle.hagans@us.af.mil). Responses should be UNCLASSIFIED. Business information (Part I) should be single-spaced, 12pt font. Capabilities (Part II) are limited to 10 pages, single-spaced, 12pt font. SAM registration is required for eligibility for future Government contracts. The Government will not reimburse costs for responding to this notice.