Langley AFB Bldg. 602 Access Control System (ACS)
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, 633 CONS PKP, is soliciting proposals for the Langley AFB Bldg. 602 Access Control System (ACS). This Total Small Business Set-Aside opportunity requires a contractor to provide all management, labor, and materials to install, configure, and maintain a new Common Access Card (CAC)/Personal Identity Verification (PIV) card Access Control System for Building 602 at Langley Air Force Base, Hampton, VA. The system must ensure continuous and reliable service. The NAICS code is 561621 with a $25,000,000 size standard.
Scope of Work
The contractor will install a complete Lenel Head End ACS system within Building 602, including the ACS Enclosure near the Fire Alarm System and the Workstation on the Second Floor. This is a new installation, not an integration with an existing system. The scope includes all labor, software, materials, and components, with cabling installed above drop ceilings or in raceways. The system requires programming for specific lock/unlock times, 1-year log backup, and configuration for interior door access to room 135. Specific hardware includes electromagnetic locks, door position switches, push-to-exit buttons, PIV card readers, and request-to-exit PIRs for multiple entrances.
Performance standards include:
- Installation: Requires a Virginia DPOR Certified Class A Electrician (Master Electrician required for scope).
- Annual Preventative Maintenance: Sustain hardware/software, provide replacement parts, security patches, monitor control panels, and conduct annual inspections.
- Service Calls & Repairs: Respond within 24 hours, provide parts within 72 hours. Repairs are mission essential.
- Help Desk Support: Localized support with a 4-hour initial contact response and a 72-hour resolution target for non-critical issues.
Contract Details
This is a Firm Fixed Price contract with an initial period and multiple option periods, potentially extending up to approximately 66 months. The place of performance is Building 602, 204 Dodd Blvd, Hampton, VA 23665, with work hours from 0700 to 1600 EST, Monday through Friday, excluding federal holidays. Personnel must meet TIER 1 security requirements and have a favorable suitability/fitness determination. Compliance with Wage Determination 2015-4341 Revision 32 is mandatory.
Submission & Evaluation
Proposals must be submitted in three volumes: Price, Technical, and Past Performance, with specific page limits. Offerors must acknowledge all amendments. Past performance will be rated as "Acceptable" or "Unacceptable." The evaluation process will initially focus on the three lowest-priced offerors for technical and past performance acceptability. "Or equal" equipment substitutions are accepted.
Key Dates & Contacts
- Site Visit: April 15, 2026, at 1000. Contact POCs for details and required attendee information (Full Name, DOB, Citizenship, ID Type, State/Country of Issuance, ID Number, Real ID Compliance).
- Questions Due: April 17, 2026, at 1400. Only one set of questions per contractor.
- Responses to Questions Provided: April 21, 2026, at 1400.
- Offer Due Date: April 24, 2026, at 12:00 PM local time.
- Primary Contact: Vanity Wright (vanity.wright@us.af.mil)
- Secondary Contact: SSgt Radost Griffin (radost.griffin@us.af.mil)
Additional Notes
Offerors are advised that funds are not presently available, and the Government reserves the right to cancel the solicitation. "Service Calls and Repairs" for this system are designated as mission essential.