Building 228 Access Controls Service Contract
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 78th Air Base Wing, is soliciting proposals for a Firm-Fixed-Price (FFP) contract to provide preventive and remedial maintenance services for the Lenel United Technologies Access Control/CCTV System in Building 228 at Robins AFB, GA. This is a Total Small Business Set-Aside opportunity. Quotes are due March 25, 2026, at 12:00 p.m. Eastern.
Scope of Work
The contractor will provide all supervision, labor, tools, and equipment necessary for comprehensive maintenance of the Lenel Access Control/CCTV System and associated hardware. This includes on-site preventive and remedial maintenance, diagnosis and correction of hardware/software failures, installation of Lenel OnGuard software on GFE, and quarterly preventive maintenance. The system is critical for securing DoD and government agency data servers. Key deliverables include environmental awareness training, security equipment listing, mishap notifications, and services/accident/incident reports (CDRLs A001-A005).
Key Requirements
- All contractor technicians must be at least Lenel Certified Associates (LCA); full Lenel certifications are preferred but not required.
- On-site response for non-routine maintenance within 24 hours or the first duty day.
- On-site technical assistance within two hours of request.
- Compliance with Government Safety and Health regulations (OSHA, DoD Directive 4715.01E).
- Compliance with installation security requirements for base access.
- Maintain an AS9100 compliant quality management system.
Contract & Timeline
- Contract Type: Firm-Fixed-Price (FFP)
- Period of Performance: One base year, four option years, plus a potential six-month extension.
- Set-Aside: Total Small Business Set-Aside (NAICS 561621, size standard $25.0M).
- Proposal Due: March 25, 2026, 12:00 p.m. Eastern.
- Published Date: March 11, 2026.
Submission & Evaluation
Quotes must be submitted electronically and include:
- A completed Request for Quote (RFQ) with pricing for all periods.
- A technical narrative (not exceeding 5 pages) detailing capability to perform PWS tasks.
- Documentation of technician LCA certification. Evaluation criteria typically include technical approach, past performance, and price, with award based on best value.
Site Visit Information
A site visit is scheduled for March 18, 2026, at 1:00 P.M. Eastern. Interested parties must meet at the Visitor Control Center at Gate. Attendees must provide their full name, company name, and driver's license number to Contract Specialist Adria M. Pitts (adria.pitts@us.af.mil) no later than March 16, 2026, to arrange for base access. Required items for the site visit include a valid State-issued Driver's License/ID or Passport, and proof of vehicle registration/insurance if driving.
Additional Notes
This combined synopsis/solicitation constitutes the only solicitation; a written solicitation will not be issued. The Service Contract Labor Standards Wage Determination No. 2015-4495 for Georgia (Houston, Peach counties) applies, outlining minimum wage rates and fringe benefits.