Fire Department Entry Control System
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, specifically the 92 CONS LGC office, is seeking proposals for a new Fire Department Entry Control System for Building 3 at Fairchild Air Force Base, WA. This is a Total Small Business Set-Aside combined synopsis/solicitation for a Firm Fixed-Price contract to provide and install a comprehensive access control system. Questions are due May 14, 2026, and proposals are due May 15, 2026, both by 10:00 AM PT.
Scope of Work
The contractor will be responsible for providing and installing a standalone Access Control System (ACS) for Building 3, covering all exits/entrances and internal doors. This includes controlling approximately 10 doors using magnetic locks, electric strikes, Passive Infrared Request for Exits (REX), and push buttons. The scope also involves removing the existing pin pad system and providing all necessary equipment, such as premise control units (PCUs), expansion PCUs, keypads, and low voltage cabling. The system must be FIPS and NIST compliant with AES encryption.
Key Requirements
The system must meet detailed "Salient Characteristics" including specific components like server/computer, PCUs, UPS, software capabilities (Windows 10, remote door control, role-based permissions, reporting), and compatibility with existing HID card readers and Common Access Cards (CAC). Deliverables include a Bill of Materials (BOM), manufacturer guides, "As-Builds" documentation, and training for up to 10 personnel. All work must comply with federal, state, local laws, NEC, NFPA, and Life Safety Code.
Contract Details & Set-Aside
- Contract Type: Firm Fixed-Price
- Set-Aside: 100% Total Small Business Set-Aside
- Place of Performance: Building 3, Fairchild Air Force Base, WA 99011
- Hours of Operation: 0700-1600 Monday-Friday, excluding Federal Holidays.
Submission & Evaluation
- Questions Due: May 14, 2026, 10:00 AM PT
- Proposal Due: May 15, 2026, 10:00 AM PT
- Submission Method: Email signed and dated offers to SrA Chase Polit (chase.polit@us.af.mil) and Samantha Gorman (samantha.gorman@us.af.mil). Electronic versions of mailed/hand-delivered documents are also required. Note: .zip files are not acceptable, and emails over 10 MB may not be received.
- Evaluation Factors: Award will be made to the responsible offeror whose proposal is most advantageous to the government, considering Price and Supplier Performance Risk System (SPRS) IAW DFARS 252.204-7024. The government intends to award without discussions, so offerors should submit their best terms initially.
- Eligibility: Offerors must be registered and active in SAM.gov. Any exceptions to the SOW/Salient Characteristics or terms/conditions must be clearly identified.
Additional Notes
This solicitation incorporates provisions and clauses by reference. Air Force specific terms include information on an Ombudsman and a prohibition against the use of Class I Ozone Depleting Substances (ODS) in products or services.