JBA Flightline Entry Control System (FLECS) mx and sustainment_ Aug 2026
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, specifically Joint Base Andrews (JBA), MD, is conducting Sources Sought market research for Maintenance and Sustainment services for its Integrated Base Defense Security System (IBDSS) and Flight Line Entry Control System (FLECS). This is for an anticipated contract renewal, with a 100% Small Business Set-Aside strategy. Responses are due by March 24, 2026, at 2:30 PM EST.
Scope of Work
This requirement involves providing on-site maintenance, sustainment, inspection, troubleshooting, and repair services for all turnstiles, drop arms, FLECS vehicle gates (including non-rated gates), and associated IBDSS/FLECS equipment at JBA. JBA is unique as the first base with an automated gate system controlling airfield access. Key tasks include:
- Responding to major malfunctions within 8 hours and restoring partial system capabilities within 24 hours.
- Performing preventive maintenance according to Original Equipment Manufacturer (OEM) recommendations.
- Providing Contractor Logistics Support (CLS), including maintenance documentation, a sustainment status website, and quarterly progress reports.
- Maintaining depot support with OEM lists, documentation management, internal troubleshooting processes, and repaired equipment inspection.
- Sustainment engineering to find substitute components for obsolete COTS hardware.
- Furnishing all organizational-level support and test equipment.
- Providing spare parts at JBA to meet partial recovery requirements within 24 hours.
- Differentiating between major (third-party caused, cost-reimbursable) and minor (contractor-provided) repairs.
Contract & Timeline
- Type: Sources Sought (for information and planning purposes only)
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
- NAICS Code: 561621 (Security Systems Services—except locksmith), with a size standard of $25.0 million.
- Anticipated Contract Duration: Base period of 12 months with four 12-month option periods.
- Response Due: March 24, 2026, at 2:30 PM EST
- Published: March 5, 2026
- Place of Performance: Joint Base Andrews, MD
Submission Requirements
Interested small businesses should submit a brief, concise capability package (not exceeding 2 pages) demonstrating their ability to meet the requirements. This package should include:
- Company's business capability and recent/relevant experience.
- Verification of NAICS code 561621 and specific SBA certification of socio-economic status.
- Unique Entity ID, CAGE Code, and System for Award Management (SAM) expiration date.
- Details on teaming agreements, if applicable, delineating prime and partner work.
- Responses must be submitted electronically to charles.maddox.8@us.af.mil.
Special Requirements
- Personnel must include a permanent certified gate field engineer/technician, undergo criminal background checks, and may require a secret clearance.
- Experience in underground power line installation with conduit is required.
- Must provide up to 5 factory-certified technicians.
- All contractors must be registered in SAM (www.sam.gov).