Building 333 Network Surveillance Cameras
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, 90th Contracting Squadron, is soliciting quotes for the Engineering, Furnishing, Installation, and Testing (EFI&T) of an IP-based Network Surveillance Camera System for Building 333 at F.E. Warren AFB, Wyoming. This is a Total Small Business Set-Aside Request for Quote (RFQ) under a Firm Fixed-Price contract. Quotes are due by April 22, 2026.
Scope of Work
The contractor will provide all necessary equipment, labor, and supervision to install a new, fully functional IP-based video surveillance system. This includes removing existing equipment and installing 22 new cameras (4 PTZ, 17 stationary, 1 at main entry), a control station, and video storage. The system must be TAA/NDAA 889 compliant, not sourced from China, and compatible with WiseNet Wave VMS. Training for up to ten personnel is required. The system must be maintainable for at least five years, with initial video retention of 30 days (upgradeable to 180 days). The system will be standalone and will not require an Authority to Operate (ATO).
Contract Details
- Type: Firm Fixed-Price Commercial Award (RFQ FA461326Q1001)
- NAICS: 561621 (Small Business Size Standard: $25.0 Million)
- Set-Aside: Total Small Business
- Place of Performance: F.E. Warren AFB, WY 82005
- Period of Performance: Installation within 180 days of award, followed by a base year and four option years for sustainment.
- CLINs: Installation (CLIN 0001), Base Year Sustainment (CLIN 0002), and four Option Years of Sustainment (CLINs 1002-4002).
Key Dates
- Site Visit: April 7, 2026, at 10:00 AM MST. RSVP by April 3, 2026, 2:00 PM MST to kyle.harris.23@us.af.mil and patrick.enriquez.4@us.af.mil. Attendance is highly encouraged.
- Questions Due: April 16, 2026, by 2:00 PM MST.
- Quotes Due: April 22, 2026, by 10:00 AM MST.
Evaluation Criteria
Award will be made on a Lowest Price Technically Acceptable (LPTA) basis. Technical acceptability requires meeting all requirements in the Performance Work Statement (Attachment 9). If more than three quotes are received, only the three lowest-priced quotes will be evaluated for technical acceptability. Offerors must be registered in SAM.gov.
Submission Requirements
Quotes must include a price quote (base + all options), total Firm Fixed Price, any discount terms, ability to meet CLIN 0001 delivery (180 days), technical submission (per FAR 52.212-2), Cage Code/Unique Entity ID, a cover page with company details, and a completed Attachment 3 (Contractor Response Form).
Important Attachments
Performance Work Statement (Revised 9 Apr 26), Questions and Answers (14 Apr 26), Building 333 Diagram (Revised 9 Apr 26), Contractor Response Form.