Secure Space Security Upgrade
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 Army, through W7MX USPFO ACTIVITY CAANG 195, is soliciting quotations (RFQ W50S6U26QA013) for a Secure Space Security Upgrade at Building 4750, Mather, CA. This Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside opportunity seeks a comprehensive upgrade to the existing Electronic Security System (ESS). Quotations are due June 3, 2026, at 1:00 PM PDT.
Scope of Work
The contractor shall provide all management, labor, materials, equipment, design, installation, configuration, integration, testing, warranty, as-built drawings, product data, and turnover for a fully functional ESS upgrade. Key components include:
- Intrusion Detection System (IDS) Expansion: To detect unauthorized entry in the new Secure Area Perimeter, utilizing dual-technology volumetric sensors and integrating with existing panels.
- Video Surveillance System (VSS) Enhancement: Augmenting existing capabilities for clear, real-time visual identification, with feeds routed to multiple workstations.
- Access Control System (ACS) Restoration and Expansion: Upgrading and restoring the existing Software House C-Cure 9000 system, repairing damaged functionality, and integrating new FIPS 201-compliant access points.
- New Stand-Alone HSPD-12 Compliant ACS: For the main building entrance (Passage 101/Vestibule), supporting at least 500 personnel and operating independently. All associated conduit, grounding, bonding, tamper protection, and compliance with specified UFGS, UFC, UL, ICS, and FIPS standards are required. The period of performance is 45 days after receipt of order (ARO).
Contract Details
- Type: Combined Synopsis/Solicitation (RFQ)
- Pricing Arrangement: Firm Fixed Price
- Set-Aside: Service-Disabled Veteran-Owned Small Business (SDVOSB)
- NAICS: 561621 (Security Systems Services, size standard $25,000,000)
- PSC: N063 (Installation Of Equipment: Alarm, Signal, And Security Detection Systems)
- Place of Performance: Building 4750, 10616 Superfortress Ave, Mather, CA 95655
Submission & Evaluation
- Quotations Due: June 3, 2026, 1:00 P.M. PDT
- Submission Method: Email to kristian_martin.perlas.2@us.af.mil. Large attachments (>25 MB) or .zip files must be submitted via DoD SAFE (https://safe.apps.mil).
- Questions Due: Six (6) calendar days prior to the RFQ due date, by 1:00 P.M. PDT, via email to the contracting officer.
- Evaluation Factors: Experience (within last three years), Technical Approach (understanding PWS, meeting objectives, measurable standards), and Price (reasonableness). The government intends to make a best-value tradeoff decision.
- Wage Determination: Bidders must comply with the Service Contract Act Wage Determination (SCA WD 2015-5631) for labor costs in the specified California counties.
Site Visit
A site visit is scheduled for May 27, 2026, at 09:00 A.M. PDT at Building 4750, 10616 Superfortress Ave, Mather, CA 95655. Attendees must be U.S. citizens and present a Real ID, U.S. passport, or other acceptable government-issued identification.
Contact
SMSgt Kristian M. Perlas, kristian_martin.perlas.2@us.af.mil, 7869933780.