FA4661 Vindicator IDIQ Source Sought
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 United States Air Force, 7th Contracting Squadron at Dyess Air Force Base, TX, has issued a Sources Sought notice for a future Indefinite-Delivery Indefinite-Quantity (IDIQ) contract. This market research aims to identify potential sources capable of providing installation services for Honeywell (Vindicator) alarm systems in various base buildings. This opportunity is designated as a Total Small Business Set-Aside. Responses are due by March 13, 2026, at 11:00 AM CST.
Purpose
This is a Sources Sought notice for market research purposes only, not a Request for Proposal or Quotation. The government seeks to gather data to inform its acquisition strategy, identify potential sources, and determine if a sole source or set-aside acquisition is appropriate for the future IDIQ contract. Responses will help assess industry capabilities for installing alarm, signal, and security detection systems.
Scope of Work
The future IDIQ contract will require the contractor to provide all personnel, equipment, tools, materials, supervision, and services for the installation of Honeywell (Vindicator) alarm systems, including Intrusion Detection Systems (IDS) and integrated Access Control Systems (ACS), in various facilities at Dyess AFB, TX. This is to maintain accreditation for Top Secret collateral facilities. The scope may include ancillary work such as trenching, digging, excavating, and fiber installation. All work must comply with DoDM 5200.01 Volume 3, AFI 31-101, AFI 16-1404, AFGSC Guidance Memorandum, AFI 31-113, manufacturer standards, and applicable US laws and commercial practices. Key phases include installation, end-user training, and system testing.
Contract & Timeline
- Opportunity Type: Sources Sought (for a future Fixed-Price IDIQ)
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
- Product Service Code: N063 - Installation Of Equipment: Alarm, Signal, And Security Detection Systems
- NAICS Code: 561621 - Security Systems Services (except Locksmiths)
- Place of Performance: Dyess Air Force Base, TX
- Response Due: March 13, 2026, 11:00 AM CST
- Published Date: March 3, 2026
Action Requested from Industry
Interested potential vendors are encouraged to submit a Statement of Capability (SOC) outlining their interest and ability to meet this requirement. The SOC should include:
- Company Name
- CAGE Code
- Point of Contact
- Address
- Phone Number Submissions should be in PDF or Microsoft Word format.
Important Notes
This notice does not constitute a formal solicitation, and no contract award will be made based on responses. The government will not reimburse respondents for any preparation or submittal costs, nor will it individually notify respondents of assessment results. Prospective offerors are responsible for monitoring SAM.gov for future announcements and solicitations.
Points of Contact
- A1C Christian Limtiaco: christian.limtiaco@us.af.mil, 325-696-5569
- TSgt Trevor Finch: trevor.finch.1@us.af.mil, 325-696-4429