Bldg. 602 Access Control System (ACS)
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 FA4800 633 CONS PKP, is soliciting proposals for the installation, configuration, and maintenance of a new Common Access Card (CAC)/Personal Identity Verification (PIV) Access Control System (ACS) for ACC A589S, Building 602, at Langley Air Force Base, Hampton, VA. This is a Total Small Business Set-Aside opportunity, with proposals due by March 25, 2026.
Scope of Work
The contractor shall provide all management, transportation, tools, supplies, equipment, training, and labor. Key services include:
- ACS Procurement and Installation: Installation of a complete Lenel Head End ACS system, including enclosure, workstation, cabling, software, materials, and components for various entrances and Interior Room 135.
- Annual Preventative Maintenance: Sustaining ACS hardware and software, monitoring control panels, providing software updates, and conducting annual inspections. Monthly maintenance reports are required.
- Service Calls and Repairs: Responding to service calls within 24 hours and providing replacement parts within 72 hours. Repairs under $2,500 require COR approval, while those $2,500 and greater require CO approval.
- Localized Help Desk Support: Guaranteed initial contact response within 4 hours and targeted resolution within 72 hours for non-critical issues. "Service Calls and Repairs" are designated as mission essential.
Contract & Timeline
- Type: Firm Fixed Price (FFP) Combined Synopsis/Solicitation (FA480026Q0024).
- Set-Aside: Total Small Business (100%). NAICS 561621 ($25M size standard). Product Service Code J063.
- Period of Performance: A base item of 1 month from contract award, with option periods extending from April 2026 through March 2030.
- Offer Due Date: March 25, 2026, 12:00 PM EST.
- Published Date: September 5, 2025.
- Site Visit: A site visit is scheduled for March 16, 2026. Attendees must provide full name, date of birth, citizenship, ID type, state/country of issuance, ID number, and Real ID Compliance. Email the contract POCs for details.
Evaluation
Proposals will be evaluated on Price, Technical Acceptability (Acceptable/Unacceptable), and Past Performance (Acceptable/Unacceptable). Offerors are advised to submit their best pricing and technical information upfront, as adequate price competition is anticipated.
Special Requirements
- A Virginia DPOR Certified Class A Electrician is required.
- Contractor personnel must undergo a TIER 1 suitability/fitness determination.
- Compliance with Wage Determination 2015-4341 Revision 32 is mandatory for labor costs.
- All deliverables must be in electronic form using Microsoft Office suite.
Contacts
- Primary: Vanity Wright (vanity.wright@us.af.mil)
- Secondary: SSgt Radost Griffin (radost.griffin@us.af.mil)