Building 333 Network Surveillance Cameras

SOL #: FA461326Q1001Combined Synopsis/Solicitation

Overview

Buyer

DEPT OF DEFENSE
Dept Of The Air Force
FA4613 90 CONS PK
FE WARREN AFB, WY, 82005-2860, United States

Place of Performance

FE Warren AFB, WY

NAICS

Security Systems Services (except Locksmiths) (561621)

PSC

Installation Of Equipment: Electrical And Electronic Equipment Components (N059)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)

Timeline

1
Posted
Jan 12, 2026
2
Submission Deadline
Apr 17, 2026, 4:00 PM

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 90th Contracting Squadron is soliciting quotes for the Engineering, Furnishing, Installation, and Testing (EFI&T) of a fully functional Internet Protocol (IP) based Video Surveillance system for Building 333 at F.E. Warren Air Force Base, Wyoming. This is a 100% Total Small Business Set-Aside opportunity. The Government intends to award a Firm Fixed-Price Commercial Award. Quotes are due by Friday, April 17, 2026, at 10:00 AM MST.

Scope of Work

The contractor shall provide all necessary equipment, tools, materials, supplies, transportation, labor, supervision, and management to install a new video surveillance system. This includes:

  • Removal and disposal of existing equipment and cabling.
  • Installation of new high-resolution 4K 8MP/12MP cameras (5 new still, 4 new PTZ), a control station, and video storage.
  • Providing training for up to ten (10) personnel on system operation, troubleshooting, and maintenance.
  • Ensuring all installed equipment is new, not refurbished, and complies with Trade Agreement Act (TAA), National Defense Authorization Act (NDAA) 889, and Air Force/DoD Information Assurance (IA) rules. Products cannot be sourced from China.
  • The system must be maintainable and supportable for at least five years and compatible with BDOC's WiseNet Wave operating system.

Contract Details

  • Contract Type: Firm Fixed-Price Commercial Award
  • Set-Aside: 100% Total Small Business Set-Aside (FAR 19.5)
  • NAICS Code: 561621 (Small Business Size Standard: $25.0 Million)
  • Product Service Code: N059 (Installation Of Equipment: Electrical And Electronic Equipment Components)
  • Place of Performance: F.E. Warren AFB, WY 82005
  • Period of Performance: 90 days from contract award for installation (CLIN 0001). Includes a base year (CLIN 0002) and four option years (CLINs 1002-4002) for sustainment and service.

Key Dates & Actions

Submission Requirements

Offerors must submit:

  • Price quote identifying base year and all options, including total firm fixed price and any discount terms.
  • Confirmation of ability to meet CLIN 0001 delivery within 180 days.
  • Technical Submission demonstrating items meet PWS requirements (Attachment 4).
  • Cage Code and/or Unique Entity ID.
  • Cover page with company name, physical address, point of contact, phone, email, and business type.
  • Completed Attachment 3 – Contractor Response Form, which includes company information, socioeconomic status, security clearance, capability confirmation, and relevant past experience (within 5 years).
  • Offerors must be registered in SAM.gov at the time of submission.

Evaluation Criteria

Award will be made on a Lowest Price Technically Acceptable (LPTA) basis.

  • Technical Capability: Items must meet Government requirements/specifications as per Attachment 4 (PWS). Quotes not meeting requirements will be deemed nonresponsive.
  • Price: Award will go to the lowest priced technically acceptable offer.
  • Evaluation Process: If fewer than three quotes are received, all will be evaluated for technical acceptability. If more than three, only the three lowest-priced quotes will initially be evaluated for technical acceptability, with the Government reserving the right to evaluate additional quotes.

Attachments

  • Attachment 1 – Provisions and Clauses: Standard FAR/DFARS clauses, including Buy American Act and WAWF.
  • Attachment 2 – Supplemental Provisions and Clauses: Specific AFGSC Ombudsman, Health and Safety, and Contractor Access requirements.
  • Attachment 3 – Contractor Response Form: Required form for company details, socioeconomic status, and past experience.
  • Attachment 4 – Performance Work Statement (PWS): Detailed requirements for the video surveillance system, installation, training, and compliance.
  • Attachment 5 – Building 333 Diagram: Floor plan showing existing and proposed camera locations.

Contact Information

People

Points of Contact

SrA Kyle HarrisPRIMARY
Patrick EnriquezSECONDARY

Files

Files

Download
Download
Download
Download
Download

Versions

Version 1Viewing
Combined Synopsis/Solicitation
Posted: Jan 12, 2026
Building 333 Network Surveillance Cameras | GovScope