Camera Security Systems
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, 502 CONS CL, is soliciting proposals for Camera Security Systems at Joint Base San Antonio (JBSA) Lackland, TX. This opportunity is a 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside to replace existing camera systems with new, stand-alone network security camera systems across six buildings. Proposals are due April 30, 2026, by 1:00 p.m. CDT.
Scope of Work
The contractor will be responsible for the design, delivery, and installation of a comprehensive, stand-alone network security camera system. This includes removing existing camera systems and installing 222 new "High-Definition Transport Video" IP network cameras, Network Video Recorders (NVRs), workstations, 43-inch 4K LED monitors, Power over Ethernet (PoE+) switches, CAT6A plenum cabling, Uninterruptible Power Supplies (UPS), and associated infrastructure. The system must operate independently, without connection to the Air Force network, and must not handle classified or sensitive data. Training for system use, backup, and camera operation is also required.
Key Requirements & Specifications
The system components must meet detailed salient characteristics, including NVRs with a minimum of 64 TB storage and support for up to 7K resolution, and 4-megapixel indoor and outdoor dome cameras with day/night capability, IR illuminators, and durability ratings (IK10, IP66/IP67). All equipment must be TAA and NDAA Section 889 compliant. New Cat6 cabling is required, replacing existing coaxial lines, and existing conduit can be utilized where possible. "Or Equal" equipment substitutions are permitted if they meet or exceed the specified salient characteristics. The project is expected to take approximately 120 days.
Contract Details & Timeline
- Contract Type: Firm Fixed Price (FFP)
- Set-Aside: 100% Service-Disabled Veteran-Owned Small Business (SDVOSB)
- NAICS Code: 561621, with a $25M size standard
- Proposal Due: April 30, 2026, by 1:00 p.m. CDT
- Questions Due: April 16, 2026, by 1:00 p.m. CDT
- Site Visit: A highly encouraged site visit was scheduled for April 7, 2026, at 10:00 a.m. CDT.
Evaluation & Submission
Award will be made on a Lowest Priced, Technically Acceptable (LPTA) basis. Quotes must be emailed to Parie Reynolds (parie.reynolds@us.af.mil) and Lance Watters (lance.watters.1@us.af.mil). Offerors must be registered in SAM.gov.
Important Notes
Funds are not currently available for this requirement, and no award will be made until funds are secured. The solicitation has been amended to incorporate Questions and Answers, clarifying technical requirements and compliance standards.