B-2 Access Control Maintenance
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 Sustainment Center Operational Division (AFSC/PZIOA) at Tinker Air Force Base, Oklahoma, is soliciting quotes for B-2 Access Control Maintenance. This is a sole-source requirement to Honeywell-Vindicator for preventative maintenance and repair of the alarm system for the B-2 Weapon System Support Center (WSSC). Quotations are due March 19, 2026, NLT 4:00 PM CST.
Scope of Work
This requirement covers preventative maintenance and repair of the alarm system for the B-2 WSSC, aiming to maintain the security of B-2 IT data systems and networks. Key tasks include:
- Providing all labor, hardware, software, travel, transportation, and incidentals for technical support.
- Performing preventative maintenance and repair on designated equipment.
- Delivering annual supplies, equipment, and training vouchers, including online certification courses.
- Supporting an Advanced Technical Support Agreement and verifying IDS/ACS operation after repairs.
- Providing reports within one week of each Preventive Maintenance Inspection (PMI) or emergency maintenance visit, recording service calls, and making system modification recommendations.
- Updating and delivering electronic drawings within four weeks of each PMI or emergency maintenance visit.
Performance Standards
- Two semi-annual preventive maintenance visits.
- Response to emergency service calls up to 15 times within a 12-month period.
- Response to system emergency calls within 4 hours.
Contract & Timeline
- Type: Request for Quote (RFQ), Firm Fixed Price (FFP) Purchase Order.
- Solicitation Number: FA810126Q0005.
- NAICS Code: 561621 (Security Systems Services).
- Set-Aside: Other Than Full and Open Competition; Sole Source to Honeywell-Vindicator.
- Period of Performance:
- Base Year: March 1, 2026 – February 28, 2027
- Option Year 1: March 1, 2027 – February 28, 2028
- Quotations Due: March 19, 2026 NLT 4:00 PM CST.
- Published: March 12, 2026.
Special Requirements
- Contractor technicians must be US Citizens.
- Contractor employees must conduct themselves professionally and identify themselves as contractor personnel.
- A Quality Control Plan (QCP) must be established and maintained.
- Site access and escorts will be provided; Common Access Cards (CAC) or government badges will not be provided.
- Contractor shall not employ individuals who pose a threat to health, safety, security, or the operational mission, or current US Government employees if it creates a conflict of interest.
- Contractor shall report ALL contractor labor hours via www.SAM.gov and comply with policies regarding Combating Trafficking in Persons.
Submission Instructions
- Emailed proposals only, in PDF format (no Excel).
- Include company address, point of contact name, phone, email, CAGE code, and SAM Unique Entity ID.
- Quote for each line item and review all attachments.
Contact Information
- Contract Specialist: Cindy Hunter (cindy.hunter.1@us.af.mil)
- Contracting Officer: Michael Shand (Michael.Shand@us.af.mil)