Vindicator IDIQ - SOW Feedback
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 the 7th Contracting Squadron at Dyess AFB, TX, has issued a Request for Information (RFI) seeking industry feedback on a draft Statement of Work (SOW). This SOW pertains to an anticipated Fixed-Price Indefinite-Delivery/Indefinite-Quantity (IDIQ) contract for the installation of Honeywell (Vindicator) alarm systems. This RFI is for market research purposes only and is not a solicitation. Responses are due by March 13, 2026, at 11:00 A.M. CST.
Purpose & Scope
The RFI aims to gather industry input on the scope, structure, and clarity of the draft SOW to assist the Government in refining the requirement prior to issuing any potential solicitation. The anticipated IDIQ contract will involve providing all necessary labor, personnel, and materials for the installation of Intrusion Detection Systems (IDS) and integrated Access Control Systems (ACS) at various buildings on Dyess AFB, TX. The primary objective is to maintain accreditation for Top Secret collateral facilities. The associated NAICS code is 561621: Security Systems Services (except Locksmiths), and the Product Service Code is N063: Installation Of Equipment: Alarm, Signal, And Security Detection Systems.
Anticipated Contract Details
- Contract Type: Fixed-priced Indefinite-Delivery/Indefinite-Quantity (IDIQ).
- System: Installation of Honeywell (Vindicator) alarm systems.
- Key Activities: Site survey, logistics, parts purchasing, programming, installation, testing, and training.
- Phases: Includes installation (IT cabinets, access control badging, dedicated power, fiber optic, IDS devices, card readers, electronic locks, system programming), training (end-user training), and testing (72 hours functional operation with active monitoring).
- Requirements: Equipment must be new and approved by the Department of the Air Force (DAF). A Honeywell certified technician must be present during installation and testing. Contractor to furnish and install all necessary infrastructure. A 95% design review with Government participation is required.
- Place of Performance: Various buildings on Dyess AFB, TX.
- Work Schedule: Monday-Friday, 0800-1630, excluding US Federal holidays.
- Set-Aside: None specified for this RFI.
Special Requirements & Performance Standards
All parts and installation work must meet applicable security regulatory guidance, including DoDM 5200.01 Volume 3, AFI 31-101, and AFI 16-1404. The alarm system must be functional for 72 hours without downtime during testing. Dyess AFB is a closed base, requiring specific permissions and USAF identification cards for all personnel. Personally owned electronic devices are prohibited in facilities. Contractor must implement a security program consistent with DoD 5200.22M. Access coordination with the Government Representative (GR) is mandatory.
Response Details
- Action Requested: Provide feedback on the attached draft Statement of Work (SOW).
- Response Due: March 13, 2026, at 11:00 A.M. Central Standard Time (CST).
- Points of Contact: A1C Christian Limtiaco (christian.limtiaco@us.af.mil) or TSgt Finch (trevor.finch.1@us.af.mil).
- Note: This RFI is for market research only and does not obligate the Government to award a contract or reimburse respondents for costs.