Honeywell Vindicator IDS

SOL #: FA301626Q7033Sources Sought

Overview

Buyer

DEPT OF DEFENSE
Dept Of The Air Force
FA3016 502 CONS CL
JBSA LACKLAND, TX, 78236-5286, United States

Place of Performance

DWG, TX

NAICS

Security Systems Services (except Locksmiths) (561621)

PSC

Miscellaneous Alarm, Signal, And Security Detection Systems (6350)

Set Aside

No set aside specified

Timeline

1
Posted
Feb 17, 2026
2
Response Deadline
Feb 25, 2026, 5:00 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 502 Contracting Squadron, JBSA Lackland Air Force Base (AFB) TX, is conducting market research through a Sources Sought notice to identify capable contractors for the purchase and installation of a Honeywell Vindicator Intrusion Detection System (IDS). This is a brand-name restricted requirement. Responses are due by February 25, 2026. The purpose is to gather market data to determine the method of procurement.

Scope of Work

The requirement involves the procurement and installation of a complete Honeywell Vindicator IDS and Access Control System (ACS), including a Video Management Server with cameras, at Joint Base San Antonio (JBSA) Lackland-Kelly Annex Bldg. 1003. The system is intended to secure multiple rooms within the facility. Key components include Balanced Magnetic Switches (BMS), Surveillance Cameras, Passive Infrared (PIR) sensors, Server, Communication (COMM) panels, and duress buttons.

All installations must comply with current standards such as IC Tech Spec for ICD/ICS 705, UL 2050, UFC 4-021-02, UL 639, DOD 5200.01, and DoDM5200.01V3_AFMAN16-1404V3. The contractor will be responsible for submitting a work plan, providing PDF drawings of alarm points, listing all alarm devices, and coordinating programming with 802 SFS/Electronic Security Systems (ESS). Site visits, permits, and up to six hours of staff training are also required. Deliverables include electronic As-Built Drawings on compact disks.

Performance Standards & Special Requirements

Contractor personnel must be U.S. Citizens and 802d SFS/ESSP certified to install and test Vindicator® IDS. The system will undergo three phases of certification testing, with the contractor responsible for correcting any deficiencies. A 1-year workmanship warranty and 2 years of unlimited phone support/service visits are required. Battery backup for IDS components must last at least 4 hours.

Work will be performed at JBSA Lackland-Kelly Annex Bldg. 1003, Monday through Friday, 8:00 A.M. to 4:00 P.M., excluding federal holidays. Contractor employees must obtain and display identification badges and comply with JBSA Safety Program, environmental specifications, and Air Force Antiterrorism (AT) Program (Level 1 AT Awareness Training).

Contract & Timeline

  • Type: Sources Sought (Market Research)
  • Set-Aside: None specified (market research stage)
  • NAICS: 561621 (Security Systems Services)
  • Response Due: February 25, 2026, 5:00 PM CT
  • Published: February 17, 2026

Submission Instructions

Interested parties should submit responses via email to Chris Maier, Contract Specialist, at christopher.maier.3@us.af.mil. This notice is for planning purposes only and does not constitute a solicitation.

People

Points of Contact

Files

Files

Download
Download

Versions

Version 1Viewing
Sources Sought
Posted: Feb 17, 2026
Honeywell Vindicator IDS | GovScope