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) Multiple Award Indefinite Delivery Indefinite Quantity (IDIQ) contract. This Total Small Business Set-Aside aims to procure comprehensive electronic security, physical security, and surveillance system solutions. The Government intends to award two IDIQ contracts. Proposals are due February 27, 2026, at 2:00 PM CDT.
Scope of Work
This IDIQ covers the full lifecycle of delivery and support for electronic security, physical security, and surveillance-type products and capabilities. This includes site surveys, design, development, procurement, fabrication, integration, installation, testing, training, and post-installation support. Specific capabilities include Access Control Systems (ACS), Intrusion Detection Systems, CCTV, Video Surveillance, Physical Security Information Management (PSIM), counter-drone systems, IBDSS, Sensitive Compartmented Information Facilities (SCIF) support, and Cybersecurity/Information Assurance.
The initial task order, to be awarded simultaneously with the IDIQ, focuses on a comprehensive security upgrade at Hurlburt Field through the integration of a high-performance CCTV system. This includes deploying AI-powered Wrong-Way Detection, Automatic License Plate Recognition (ALPR), and advanced CCTV solutions, integrating with the existing Bosch Video Management System (BVMS) at the Base Defense Operations Center (BDOC), and upgrading all existing analog surveillance cameras to a fully digital system.
Contract Details & Value
- Contract Type: Multiple Award Indefinite Delivery Indefinite Quantity (IDIQ), Firm Fixed Price (FFP) for task orders.
- Ordering Period: Five (5) years (May 1, 2026 - April 30, 2031).
- Overall Ceiling: $25,000,000.00.
- Minimum Guarantee: $2,500.00 (for a Post-Award Conference delivery order).
- Product Service Code: J063 - Maintenance, Repair And Rebuilding Of Equipment: Alarm, Signal, And Security Detection Systems.
- Place of Performance: Hurlburt Field, FL.
Set-Aside & NAICS
This acquisition is a Total Small Business Set-Aside. The NAICS Code is 561621 (Security Systems Services) with a size standard of $25,000,000.00.
Evaluation Factors
The acquisition will use tradeoff source selection procedures, with the Government intending to award two contracts. Proposals will be ordered by Total Evaluated Price (TEP). The two lowest TEP proposals will be evaluated technically. If both are "Acceptable," they proceed to past performance evaluation. The award will be made to the two proposals that meet an "Acceptable" technical rating and achieve at least a "Substantial Confidence" rating for past performance. The Government intends to award without discussions but reserves the right to conduct them.
- Technical Factor (Volume II): Evaluated on subfactors 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. Must receive an "Acceptable" rating.
- Past Performance (Volume III): Assessed based on recent (within 6 years, at least 50% complete) and relevant performance. A minimum overall rating of "Neutral" is required.
- Price (Volume IV): Proposals must be fair, reasonable, and the offeror responsible.
Key Requirements & Deliverables
Offerors must ensure compliance with DoD Risk Management Framework (RMF) and cybersecurity requirements (DoDI 8500.01). Personnel must meet specific security clearance and training requirements (DoD 5220.22-M, DoD 8570.01-M). A Secret Clearance is no longer required; installation teams must be U.S. companies using U.S. citizens. All equipment must meet TAA/BAA/NDAA requirements and comply with the Non-Nuclear Configuration Management Database (CMD) Equipment Approval Memorandum. A Quality Assurance Plan (QAP) is required within 10 calendar days of contract award.
Submission & Deadlines
- Questions Due: February 4, 2026, at 2:00 PM CDT (via email).
- Past Performance Questionnaires (PPQ) Due: February 12, 2026, at 1:00 PM CST (sent directly by client POCs).
- Proposals Due: February 27, 2026, at 2:00 PM CDT.
- Submission Method: Email only; no in-person/hard-copy submissions. Emails are limited to 5MB; offerors must confirm receipt.
- Contacts: TSgt Justin Carroll (justin.carroll.4@us.af.mil, 850-884-7685) and Kodei Calvin (kodei.calvin@us.af.mil, 850-884-7619).