Hurlburt Field Integrated Base Defense Security System (IBDSS) IDIQ
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, 1 SOCONS/PKA, is soliciting proposals for the Integrated Base Defense Security System (IBDSS) Multiple Award Indefinite Delivery Indefinite Quantity (IDIQ) contract at Hurlburt Field, FL. This Total Small Business Set-Aside aims to procure comprehensive electronic, physical security, and surveillance system solutions. The overall IDIQ ceiling is $25 million over a five-year ordering period. Proposals are due March 4, 2026, at 1600 CDT.
Opportunity Overview
This IDIQ covers the full lifecycle of delivery and support for electronic security, physical security, and surveillance-type products and capabilities. This includes Access Control Systems (ACS), Intrusion Detection Systems, Closed Circuit Television (CCTV), Physical Security Information Management (PSIM), counter-drone systems, and support for Sensitive Compartmented Information Facilities (SCIFs), along with cybersecurity and information assurance. Services encompass site surveys, design, development, procurement, fabrication, integration, installation, testing, training, and post-installation support.
Initial Task Order (Seed Project)
The initial task order, to be awarded concurrently with the IDIQ, focuses on a comprehensive security upgrade at Hurlburt Field. This involves integrating a high-performance CCTV system across strategic locations, enhancing threat detection, access control, and real-time situational awareness. Key components include deploying AI-powered Wrong-Way Detection, Automatic License Plate Recognition (ALPR), and advanced CCTV solutions compatible with the existing Bosch Video Management System (BVMS). Specific installations are detailed for areas such as the Commercial Vehicle Inspection Area (CVIA), Overwatch Building, East Gate, Armory, Main Gate, Soundside Gate, Fuel Dock, Hume Housing Dock, Base Defense Operations Center (BDOC), and Vehicle Control Center (VCC). All equipment must meet TAA/BAA/NDAA requirements.
Contract Details
This is a Multiple Award Indefinite Delivery Indefinite Quantity (IDIQ) contract with an estimated overall ceiling of $25,000,000.00 for a five-year ordering period (May 1, 2026 - April 30, 2031). The minimum order requirement is satisfied by a $2,500.00 Post-Award Conference delivery order. Pricing for task orders will be Firm Fixed Price.
Proposal Requirements
Offerors must submit proposals via email by the deadline, adhering to a 5MB email limit (multiple submissions recommended). Proposals must be structured into four volumes:
- Volume I - Contract Information: (10-page limit)
- Volume II - Technical: (15-page limit) Addressing key personnel certifications (Honeywell Vindicator, Hirsch Velocity, PSG VICADS) and compliance with the Non-Nuclear Configuration Management Database (CMD) Equipment Approval Memorandum.
- Volume III - Past Performance: (15-page limit) Requiring 2-5 recent and relevant (within 6 years, 50% complete) Past Performance Information (PPI) submissions. Past Performance Questionnaires (PPQs) must be sent directly to the government by client POCs.
- Volume IV - Price: Submitted as a firm fixed price via Attachment 5 (pricing worksheet). Installation teams must be U.S. companies using U.S. citizens; a Secret Clearance is no longer required.
Evaluation & Award
The Government intends to award two IDIQ contracts using a tradeoff source selection procedure, prioritizing the Total Evaluated Price (TEP) for initial evaluation order. Proposals will be assessed for technical acceptability (Volume II) and a minimum "Neutral" past performance rating (Volume III). Award will be made to the two offerors who are technically acceptable, have at least a "Neutral" past performance rating, offer the lowest price, and provide the best overall value. The Government intends to award without discussions but reserves the right to conduct them.
Key Dates & Contacts
- Proposal Due Date: March 4, 2026, at 1600 CDT.
- Primary Contact: TSgt Justin Carroll (justin.carroll.4@us.af.mil, 850-884-7685)
- Secondary Contact: Kodei Calvin (kodei.calvin@us.af.mil, 850-884-7619)