Hurlburt Field Integrated Base Defense Security System (IBDSS) IDIQ

SOL #: FA441726R0005Solicitation

Overview

Buyer

DEPT OF DEFENSE
Dept Of The Air Force
FA4417 1 SOCONS
HURLBURT FIELD, FL, 32544-5810, United States

Place of Performance

Hurlburt Field, FL

NAICS

Security Systems Services (except Locksmiths) (561621)

PSC

Maintenance, Repair And Rebuilding Of Equipment: Alarm, Signal, And Security Detection Systems (J063)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)

Timeline

1
Posted
Jan 20, 2026
2
Last Updated
Mar 3, 2026
3
Submission Deadline
Feb 19, 2026, 8:00 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 Department of the Air Force (1 SOCONS/PKA) is soliciting proposals for the Hurlburt Field Integrated Base Defense Security System (IBDSS) IDIQ, a Multiple Award Indefinite Delivery Indefinite Quantity (IDIQ) contract. This Total Small Business Set-Aside aims to acquire comprehensive lifecycle support for electronic, physical, and surveillance security systems at Hurlburt Field. Proposals are due by February 19, 2026, at 2:00 PM CDT.

Purpose & Scope

This IDIQ contract covers the full lifecycle of delivery and support for electronic security, physical security, and surveillance-type deliverable products and services. The scope includes design, development, procurement, fabrication, integration, installation, testing, training, and post-installation support for systems such as Access Control Systems (ACS), Intrusion Detection Systems, CCTV, PSIM, and counter-drone systems. The initial task order focuses on a comprehensive security upgrade by integrating a high-performance CCTV system across strategic locations at Hurlburt Field, including AI-powered Wrong-Way Detection and Automatic License Plate Recognition (ALPR).

Contract Details

  • Contract Type: Multiple Award Indefinite Delivery Indefinite Quantity (IDIQ)
  • Set-Aside: Total Small Business Set-Aside (FAR 19.5)
  • NAICS Code: 561621 (Security Systems Services) with a $25M size standard.
  • Ceiling: $25,000,000.00 over a five (5) year ordering period (May 1, 2026 - April 30, 2031).
  • Minimum Guarantee: $2,500.00 for a Post-Award Conference delivery order.
  • Pricing Arrangement: Firm Fixed Price for task orders.
  • Place of Performance: Hurlburt Field, FL. Offerors must have a base of operations within a 50-mile radius.

Key Requirements & Deliverables

The contract requires expertise in COTS solutions and various project environments. Support includes material, shipping, travel, project/program/engineering management, installation, and technical support. Specific requirements include compliance with DoD Risk Management Framework (RMF), cybersecurity standards (DoDI 8500.01), and Section 508 Accessibility. Key personnel must possess specific certifications (Honeywell Vindicator, Hirsch Velocity, PSG VICADS) and SECRET Clearance. All equipment must meet TAA/BAA/NDAA requirements and be compliant with the Non-Nuclear Configuration Management Database (CMD) Equipment Approval Memorandum.

Evaluation Factors

Award will be made using tradeoff source selection procedures. Proposals will be ordered by Total Evaluated Price (TEP), with the two lowest TEP proposals undergoing technical evaluation. If both are "Acceptable," they proceed to past performance evaluation. The award will be made to the two proposals that meet the "Acceptable" technical rating and achieve at least a "Substantial Confidence" rating for past performance. The significant evaluation factors are:

  1. Price: Total Evaluated Price (TEP) is prioritized to determine the order of evaluation.
  2. Technical: Evaluated for acceptability, including certifications of key personnel (Program Manager, Cybersecurity Personnel, Facility Security Officer) and adherence to the Non-Nuclear Configuration Management Database (CMD) Equipment Approval Memorandum.
  3. Past Performance: Assessed based on recency, relevancy, and quality, requiring a minimum "Neutral" rating for acceptance. A minimum of two and a maximum of five recent and relevant past performance submissions are required. Past Performance Questionnaires (PPQs) must be sent directly to the government by the POCs.

Submission Requirements & Deadlines

  • Questions Due: February 4, 2026, by 2:00 PM CDT (via email).
  • Proposals Due: February 19, 2026, by 2:00 PM CDT.
  • Site Visit: January 30, 2026, at 9:30 AM CST at BLDG 90603 Hurlburt Field, FL. Attendees must email specific information by January 28, 2026, at 11:00 AM CST for base access.
  • Proposal Format: Must be submitted in four volumes: Contract Information, Technical Proposal, Past Performance, and Price Proposal, with specific page limits and formatting. Email attachments must not exceed 5MB; multiple emails are recommended for larger files. Offerors are responsible for confirming receipt.
  • Past Performance Questionnaires (PPQ) Due: February 12, 2026, by 1:00 PM CST.

Contact Information

People

Points of Contact

TSgt Justin CarrollPRIMARY

Files

Files

Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download

Versions

Version 9
Solicitation
Posted: Mar 3, 2026
View
Version 8
Solicitation
Posted: Feb 27, 2026
View
Version 7
Solicitation
Posted: Feb 20, 2026
View
Version 6
Solicitation
Posted: Feb 19, 2026
View
Version 5
Solicitation
Posted: Feb 11, 2026
View
Version 4Viewing
Solicitation
Posted: Jan 22, 2026
Version 3
Solicitation
Posted: Jan 21, 2026
View
Version 2
Solicitation
Posted: Jan 20, 2026
View
Version 1
Solicitation
Posted: Jan 20, 2026
View