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, is soliciting proposals for the Hurlburt Field Integrated Base Defense Security System (IBDSS) IDIQ. This multiple-award Indefinite Delivery Indefinite Quantity (IDIQ) contract, with an overall ceiling of $25 million over a five-year ordering period, seeks comprehensive solutions for electronic security, physical security, and surveillance systems. This opportunity is a Total Small Business Set-Aside. Proposals are due by February 27, 2026, at 1400 CDT.
Scope of Work
The IDIQ covers the full lifecycle of delivery and support for electronic security, physical security, and surveillance-type products and services for the U.S. Special Operations Command (USSOCOM) at Hurlburt Field, FL. This includes Access Control Systems (ACS), Intrusion Detection Systems, Closed Circuit Television (CCTV), Physical Security Information Management (PSIM), counter drone systems, IBDSS, Sensitive Compartmented Information Facilities (SCIF) support, Cybersecurity, and Information Assurance. Tasks range from site surveys, design, procurement, and fabrication to integration, installation, testing, training, and post-installation support.
The initial task order focuses on a comprehensive security upgrade at Hurlburt Field, specifically integrating a high-performance CCTV system. This involves deploying AI-powered Wrong-Way Detection, Automatic License Plate Recognition (ALPR), and advanced CCTV solutions across various strategic locations. All equipment must be compatible with the existing Bosch Video Management System (BVMS) at the Base Defense Operations Center (BDOC) and comply with TAA/BAA/NDAA requirements.
Contract Details
- Contract Type: Multiple Award Indefinite Delivery Indefinite Quantity (IDIQ)
- Ordering Period: Five (5) years
- Overall Ceiling: $25,000,000
- Minimum Order: $2,500 (for the Post-Award Conference)
- Pricing: Firm Fixed Price for individual task orders.
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
- NAICS Code: 561621 (Security Systems Services)
- Place of Performance: Hurlburt Field, FL
- Anticipated Awards: Two (2) IDIQ contracts.
Key Requirements & Evaluation
Proposals must be submitted in four volumes: Contract Information, Technical Proposal, Past Performance, and Price Proposal. The government intends to award without discussions.
- Technical: Proposals must achieve an "Acceptable" rating. Key personnel certifications (Program Manager, Cybersecurity Personnel, Facility Security Officer) are required. Compliance with the Non-Nuclear Configuration Management Database (CMD) Equipment Approval Memorandum is necessary for the seed project and throughout the contract, with allowances for some initial task order items not currently on the CMD list. Installation teams must be U.S. companies using U.S. citizens; Secret clearance is no longer required.
- Past Performance: A minimum of two and a maximum of five recent and relevant submissions (within the last six years, similar scope/magnitude/complexity) are required. A minimum "Neutral" confidence rating is necessary. Past Performance Questionnaires (PPQs) must be sent directly to the government by client points of contact.
- Price: A firm-fixed-price proposal for the initial task order is required. Evaluation will prioritize the lowest Total Evaluated Price (TEP).
- Source Selection: A tradeoff process will be used. Awards will be made to the two offerors with the lowest TEP, "Acceptable" technical ratings, and at least a "Substantial Confidence" past performance rating.
Important Dates
- Proposals Due: February 27, 2026, 1400 CDT. Submissions via email to justin.carroll.4@us.af.mil and kodei.calvin@us.af.mil. Emails are limited to 5MB; offerors must confirm receipt.