Wrong Way Detection System
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 is conducting a Sources Sought to identify capable contractors for the installation and maintenance of a Wrong Way Detection System (WWDS) at Dover Air Force Base, DE. This effort supports the 436 Security Forces Squadron. Responses are due by April 30, 2026.
Purpose
This is a SOURCES SOUGHT ONLY notice to gauge industry interest and capability for performing maintenance on a Wrong Way Detection System (WWDS) in accordance with the attached Draft Performance Work Statement (PWS). This market research will inform future acquisition strategies.
Scope of Work
The requirement involves the installation, maintenance, and support of WWDS at multiple locations within Dover AFB, including Bldg. 330/Main Gate, Bldg. 803/Housing Gate, Bldg. 105/CVI, and Bldg. 640/North Gate. The systems must provide sound annunciation to on-duty Security Forces. The contractor will be responsible for all labor, personnel, tools, parts, and supervision for inspection, repair, and installation. This includes removal of existing equipment, installation of new infrastructure, repair of any damage caused during installation, and training for four individuals on system use and basic troubleshooting. The contractor must also provide all documentation, as-builts, and obtain the Authority to Operate (ATO) for installed systems.
Period of Performance
The anticipated period of performance includes a base year for installation, followed by four one-year option years for maintenance.
Maintenance Requirements
Maintenance services include response and restoration for system failures categorized as Catastrophic (entire system/camera outages), Major Malfunction (3+ components), and Partial Failure (2 or fewer components). Specific work order allotments are provided per fiscal year (3 catastrophic, 5 major, 10 partial). Quarterly Preventative Maintenance Inspections (PMIs) are required at all fielded locations, with reports of findings and recommendations. Response time thresholds are 12 hours for catastrophic, 24 hours (Mon-Fri) for major, and 48 hours (Mon-Fri) or next duty day for partial failures.
Special Requirements
Contractor personnel must comply with Dover AFB security instructions, including background checks (CBI) for unescorted access and proper credentials. Escorts are required for controlled/restricted areas. Procedures for obtaining contractor badges and access control lists (ACLs) are detailed. Contractors must support DoD antiterrorism requirements (Awareness Level I training) and adhere to Operational Security (OPSEC) guidelines (DAF-Operations Security Awareness Training may be required). Standard hours of operation are 0730-1630 Monday-Friday, with a 2-hour response time for emergency services on off-days. A standard manufacturer's warranty is required on all installed parts.
Contract & Timeline
- Opportunity Type: Sources Sought
- Set-Aside: None specified
- Response Due: April 30, 2026, 5:00 PM ET
- Published Date: February 11, 2026
- Place of Performance: Dover AFB, DE, United States
Submission Instructions
Interested and capable companies should email Binod Pathak (binod.pathak.1@us.af.mil) and Justin Bordalo (justin.bordalo@us.af.mil). All correspondence must include the company's CAGE code and any active GSA contract numbers. Requests for Information (RFIs) must be submitted no later than April 30, 2026.