Base Alarm Services - Los Angles Air Force Base
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
This solicitation, 0ebd7a4f369e4004beccd1fd29ff74f6, for Base Alarm Services at Los Angeles Air Force Base (LAAFB) has been cancelled effective February 26, 2026. The requirement will be re-solicited. This was originally a Total Small Business Set-Aside for commercial services.
Original Scope of Work
The requirement was for a Firm-Fixed Priced (FFP) contract to support the LAAFB Security Forces Squadron's Base Alarm needs. This included maintenance and repair of the current base alarm system and CCTV system. Services encompassed cleaning, scheduling, repairing, planning, and replacement of alarm systems, access control readers, workstations, and various surveillance equipment. The contractor was also responsible for maintaining the VPN, requiring network troubleshooting, testing, evaluation, and utilization of network test equipment. Network experience with IP configurations for surveillance equipment and alarm system components (Fiber, CISCO switches, Network video recorders, media converters, LPR technology) was essential, along with the ability to use network software for anomaly identification and correction, and maintaining certifications for proprietary software/equipment. Primary system manufacturers identified were Monitor Dynamics SAFE and Genetec.
Original Contract Details & Evaluation
This was a Request for Quotation (RFQ) prepared in accordance with FAR subpart 12.6. The contract was intended to be awarded on SF 1449. Quotes were to be evaluated on a Lowest Price Technically Acceptable (LPTA) basis, requiring adherence to all solicitation requirements and the Performance Work Statement (PWS). A secret clearance was required for company employees, who would also need to complete CBTs. The CMMC level and DD254 issuance were TBD. An existing stock of parts was available, with the contractor responsible for maintaining these parts for repairs and replacing used parts under CLIN funding.
Cancellation Status
Effective February 26, 2026, this solicitation is cancelled, and the requirement will be re-solicited. Interested parties should monitor SAM.gov for the new solicitation.