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
Last Updated
Apr 16, 2026
3
Submission Deadline
Apr 22, 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 Department of the Air Force, 90th Contracting Squadron, is seeking quotes for the installation and sustainment of a Network Surveillance Camera System for Building 333 at Francis E. Warren AFB, Wyoming. This is a 100% Total Small Business Set-Aside combined synopsis/solicitation (RFQ) for commercial items. The system must comply with Trade Agreements Act (TAA) and National Defense Authorization Act (NDAA) requirements. Quotes are due by Wednesday, April 22, 2026, at 10:00 AM MST.

Scope of Work

The contractor shall Engineer, Furnish, Install, and Test (EFI&T) a fully functional Internet Protocol (IP)-based Video Surveillance system. This includes providing all necessary equipment, materials, labor, and supervision. Key tasks involve:

  • Removing and disposing of existing equipment and cabling.
  • Installing a new video surveillance system with 22 cameras (including 4 PTZ, 17 stationary, and one at the main entry door), a control station, and video storage.
  • Providing training for up to ten personnel on system operation and maintenance.
  • The system must be maintainable for at least five years.
  • Initial video retention is 30 days, with a possibility for a 180-day upgrade.
  • All equipment must be new, TAA/BAA/NDAA compliant, and not sourced from China. Networking equipment must be on the non-Nuclear Configuration Management Database (CMD) Equipment Approval list.

Contract Details

  • Type: Firm Fixed-Price Commercial Award (RFQ using FAR Part 12 & 13)
  • NAICS: 561621 (Small Business Size Standard: $25.0 Million)
  • Set-Aside: 100% Total Small Business
  • Period of Performance: Installation within 180 days of award for CLIN 0001.
  • CLINs:
    • CLIN 0001: Installation of Cameras (1 LOT)
    • CLIN 0002: Base Year Sustainment (12 MONTH)
    • CLINs 1002-4002: Option Years 1-4 Sustainment (12 MONTH each)

Key Requirements & Compliance

  • Technical: High Resolution 4K 8MP/12MP cameras with advanced low-light capabilities. The system will be standalone, not connected to the existing AF network, and will use CAC authentication. Wisenet Wave VMS is deployed for future BDOC integration.
  • Installation: Drilling only into mortar, not bricks. Acceptable cable hanging methods include "J" hooks or Arlington plastic hangers. Plenum cables are required. Government will provide rack space in Room 141.
  • Safety & Access: Compliance with F.E. Warren AFB safety laws and the 90 MW Safety Contractor Guide. UNCLASSIFIED work, but base access requires specific documentation (REAL ID) and an OPSEC plan.
  • Warranty: One-year warranty or manufacturer's standard commercial warranty, whichever is longer, including a one-year workmanship warranty.

Site Visit & Questions

Submission & Evaluation

  • Responses/Quotes Due: No later than Wednesday, April 22, 2026, at 10:00 AM MST. Submit to kyle.harris.23@us.af.mil and patrick.enriquez.4@us.af.mil.
  • Required Submission Items: Price quote (base + all options), total Firm Fixed Price, discount terms, ability to meet CLIN 0001 delivery, technical submission (per FAR 52.212-2), CAGE Code/UEI, cover page with company info, and a completed Attachment 3 – Contractor Response Form (including past experience).
  • Evaluation: Award will be made on a Lowest Price Technically Acceptable (LPTA) basis. Technical capability will be assessed based on meeting PWS requirements. Offerors must be registered in SAM.gov.

Contact Information

People

Points of Contact

SrA Kyle HarrisPRIMARY
Patrick EnriquezSECONDARY

Files

Files

Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download

Versions

Version 3Viewing
Combined Synopsis/Solicitation
Posted: Apr 16, 2026
Version 2
Combined Synopsis/Solicitation
Posted: Apr 10, 2026
View
Version 1
Combined Synopsis/Solicitation
Posted: Jan 12, 2026
View