Loading...
FA2816Q0002
Response Deadline
Jun 1, 2026, 7:00 PM(PDT)17 days
Eligibility
Contract Type
Combined Synopsis/Solicitation
The Los Angeles Air Force Base, Security Forces Squadron has a requirement for Base Alarm Support Services. This is a combined synopsis/solicitation for commercial products and commercial services prepared in accordance with FAR part 12. This announcement constitutes the only solicitation. Offers are being requested and a separate written solicitation will not be issued.
Solicitation Number FA2816Q0002 is issued as a “Request for Quote”. The Government proposes the acquisition of a Firm-Fixed Priced (FFP) contract to support the Los Angeles Air Force Base (LAAFB) Security Forces Squadron's Base Alarm requirement. This Base Alarm requirement will provide a service to perform maintenance and repair on the current bases alarm system and CCTV system at the LAAFB. This will include cleaning, scheduling, repairing, planning and/or replacement of base alarm, access control readers, workstations and various types of surveillance equipment to ensure Air Force requirements are met. Additionally, the contractor shall maintain the VPN which currently is part of the base network backbone. This requires network troubleshooting experience, testing and evaluating the current condition or state of the VPN, the ability to utilize network test equipment for measuring voltages and frequencies on the network. The service will also require network experience on IP configurations for surveillance equipment and alarm system components. This includes Fiber, Network switches (CISCO), Network video recorders, media converts, and LPR technology. It also includes the ability to utilize network software to identify network anomalies and/or issues, the ability to correct the issue either by means of software or replacement of equipment, and the ability to maintain certifications for proprietary software and/or equipment.
This acquisition is 100% set aside for small business concerns.
The NAICS Code is 561621, Security System Services (except Locksmiths).
The Size Standard is $25M.
The Product Service Code is 6350.
Line Items, Quantities, Units of Measure, and Options
All line-item information can be found in the FA2816Q00020003 - Base Alarm Services - 1449 attachment.
Place of Performance:
Los Angeles Air Force Base 483 N. Aviation Blvd. El Segundo, CA 90245-2808 United States and all other locations mentioned in the Performance Work Statement (PWS) below.
Provisions & Clauses:
RFO 52.212-1 Instructions to Offerors—Commercial Products and Commercial Services.
As prescribed in 12.205(a)(1), insert a clause substantially as follows:
Instructions to Offerors—Commercial Products and Commercial Services (Deviation Date)
(a) Submission of offers. Submit signed and dated offers to the office specified in this solicitation at or before the exact time specified in this solicitation. As a minimum, offers shall include—
(1) The solicitation number;
(2) The name, address, telephone number of the Offeror;
(3) The Offeror’s Unique Entity Identifier (UEI) and, if applicable, Electronic Funds Transfer (EFT) indicator;
(4) Information necessary to evaluate the factors contained in the provision at 52.212-2 or as described in the solicitation;
(5) Responses to provisions that require Offeror completion of information, representations, and certifications (other than those collected via the System for Award Management (SAM)); and
(6) A statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation and any solicitation amendments.
(7) Have items 1-6 listed above in no more than 10 pages, we will review the front page as page 1 even if it's a cover page. Anything past page 10 will not be reviewed for evaluation purposes. Additionally, send one copy redacting all company information and one unredacted. This 10-page limit does not include the SF 1449 where the quote will be submitted, that will be its own separate document. Please use SF 1449 - FA2816Q00020003 for reference and as the SF1449 to submit along side the quote.
(8) For the CLINs in the X002 series, (0002, 1002, etc) on the SF1449, leave the dollar value at $0. The CLIN X001 series will be the only CLINS evaluated for pricing. Do not quote for X002 CLIN series.
(b) Period for acceptance of offers. The Offeror agrees to hold the prices in its offer firm for 60 calendar days from the date specified for receipt of offers, unless another time period is specified in an addendum to the solicitation.
(c) Late submissions, modifications, revisions, and withdrawals of offers.
(1) Offerors are responsible for submitting offers and any modifications or revisions to the Government office designated in the solicitation by the time specified in the solicitation.
(2) Any offer, modification, or revision received after the time specified for receipt of offers is “late” and will not be considered unless it is received before award is made and the Contracting Officer determines that accepting the late offer would not unduly delay the acquisition. However, a late modification of an otherwise successful offer that makes its terms more favorable to the Government will be considered at any time it is received and may be accepted.
(3) If an emergency or unanticipated event interrupts normal Government processes so that offers cannot be received at the Government office designated for receipt of offers by the exact time specified in the solicitation, and urgent Government requirements preclude amendment of the solicitation or other notice of an extension of the closing date, the time specified for receipt of offers will be deemed to be extended to the same time of day specified in the solicitation on the first work day on which normal Government processes resume.
(4) Offerors may withdraw their offers by written notice to the Government received at any time before award.
(d) Contract award (not applicable to Invitation for Bids). The Government intends to evaluate offers and award a contract without discussions with Offerors. Therefore, the Offeror’s initial offer should contain the Offeror’s best terms. However, the Government reserves the right to conduct discussions, if necessary. The Government may reject any or all offers if such action is in the public interest, accept other than the lowest offer, and waive informalities and minor irregularities in offers received.
(e) Debriefings. If a postaward debriefing is given to requesting Offerors, the Government will disclose the following information, if applicable:
(1) The agency’s evaluation of the significant weak or deficient factors in the debriefed Offeror’s offer.
(2) The overall evaluated cost or price and technical rating of the successful Offeror and the debriefed Offeror and past performance information on the debriefed Offeror.
(3) The overall ranking of all Offerors when any ranking was developed by the agency during source selection.
(4) A summary of the rationale for award.
(5) For acquisitions of commercial products, the make and model of the product to be delivered by the successful Offeror.
(6) Reasonable responses to relevant questions posed by the debriefed Offeror as to whether the agency followed source-selection procedures set forth in the solicitation, applicable regulations, and other applicable authorities.
FAR 52.212-2 Evaluation—Commercial Products and Commercial Services (Deviation Date)
(a) Evaluation factors. The Government will award a contract resulting from this solicitation to the responsible Offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors will be used to evaluate offers:
Factor 1: Technical Capability
The Government will evaluate the offeror's Technical Capability based on two subfactors: (1) Credentials & Certifications, and (2) Technical Approach.
Subfactor 1: Credentials & Certifications (Evaluated as Acceptable/Unacceptable)
The Government will evaluate the offeror’s provided credentials and certifications to ensure they meet the minimum mandatory requirements outlined in the Performance Work Statement (PWS). This subfactor will be evaluated strictly on an Acceptable/Unacceptable basis.
Subfactor 2: Technical Approach
The Government will evaluate the offeror's proposed technical approach and execution plan to meet the nine (9) performance objectives listed under the Description of Services within the PWS. The evaluation will assess the offeror’s understanding of the requirements, the feasibility and soundness of their approach, and the associated performance risks.
The Government will assess the approach for strengths, weaknesses, significant weaknesses, deficiencies, and risks. Subfactor 2 will be assigned a percentage score and rating descriptor in accordance with the table below:
Excellent Approach (40%): All credentials are present. The proposal demonstrates an exceptional understanding of the 9 PWS objectives with multiple strengths. Risk of unsuccessful performance is very low.
Good Approach (30%): All credentials are present. The proposal demonstrates a thorough understanding of the 9 PWS objectives with at least one strength. Risk of unsuccessful performance is low to moderate.
Adequate Approach (20%): All credentials are present. The proposal demonstrates a thorough understanding of the 9 PWS objectives with at least one strength. Risk of unsuccessful performance is low to moderate.
Unacceptable (0%): All credentials are present. The proposal meets the minimum requirements of the PWS objectives. Risk of unsuccessful performance is no worse than moderate.
Factor 2: Past Performance
Submission Requirements:
The offeror shall submit a list of exactly three (3) relevant previous government contracts. To be considered recent, the work must be ongoing or have been completed within the last five (5) years from the date of solicitation issuance (e.g., performance occurring in 2021 or later).
For each contract reference, the offeror must provide:
Evaluation Methodology:
The Government will evaluate the offeror’s Past Performance to assess the relative risks associated with the offeror's likelihood of success in performing the solicitation's requirements. The Government will evaluate both the Relevancy (Scope, Magnitude, and Role) and the Quality (Contractor Performance Assessment Reporting System (CPARS) ratings or similar performance records).
The Government will assign a Past Performance score based on the highest tier the offeror achieves across their submitted references, in accordance with the table below:
Prime Contractor (40%): Previous contracts demonstrate the same/greater dollar magnitude for same/similar requirement and positive (good/ excellent) CPARS or equivalent ratings.
Prime Contractor (35%): Previous contracts demonstrate the same/greater dollar magnitude for same/similar requirement and neutral/ no CPARS available on record.
Prime Contractor (30%): Previous contracts demonstrate significantly lower dollar magnitude for same/similar requirement and positive (good/ excellent) CPARS or equivalent ratings.
Prime Contractor (25%): Previous contracts demonstrate significantly lower dollar magnitude for same/similar requirement and neutral/ no CPARS available on record.
Sub Contractor (20%): Previous contracts demonstrate the same/greater dollar magnitude for same/similar requirement and positive (good/ excellent) CPARS or equivalent ratings.
Sub Contractor (15%): Previous contracts demonstrate the same/greater dollar magnitude for same/similar requirement and neutral/ no CPARS available on record.
Sub Contractor (10%): Previous contracts demonstrate significantly lower dollar magnitude for same/similar requirement and neutral/ no CPARS available on record.
Neutral (N/A): Previous contracts demonstrate no relevant past perfromance. In accordance with FAR 15.305(a)(2)(iv), offerors lacking a record of relevant past performance will not be evaluated favorably or unfavorably.
(Note: If an offeror submits a relevant contract but has negative/adverse CPARS ratings (Marginal/Unacceptable), the Government reserves the right to assign a lower score or determine the risk of unsuccessful performance to be Unacceptable.)
Factor 3: Price
Price is evaluated for reasonableness and completeness but is the least heavily weighted factor. While Price is less important than Technical Capability and Past Performance, it is still a material evaluation factor.
Pricing Instructions:
Offerors shall submit their pricing via the Standard Form (SF) 1449 - FA2816Q00020003.
Compliance Warning: Quotations that include dollar values for the X002 series CLINs will be considered non-compliant with solicitation instructions. The Government reserves the right to reject such quotations as unacceptable without further evaluation or discussion.
Basis for Award (Factor Weights & Tradeoff)
The Government will award a contract resulting from this solicitation to the responsible offeror whose quotation represents the Best Value to the Government, price and other factors considered.
The Government will perform a comparative assessment of quotations based on the following weighted criteria:
Evaluation Factor Weight
Factor 1: Technical Capability: 40%
Factor 2: Past Performance: 40%
Factor 3: Price: 20%
Technical Capability and Past Performance are of equal importance (40% each). When combined, the non-price factors (80%) are significantly more important than Price (20%). Because this is a Best Value Tradeoff procurement, the Government reserves the right to select a quotation that offers a higher price if the Government determines that the technical superiority and/or stronger past performance history warrants paying the price premium.
(b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced or if there is price submitted for the option years. The evaluation of options does not obligate the Government to exercise the option(s).
(c) Notice of award. A written notice of award or acceptance of an offer furnished to the successful Offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer’s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award.
(The Government will perform a comparative assessment of quotations. A quotation with a higher Past Performance rating may be selected over a lower-priced quotation if the Government determines the higher-rated quotation provides better value.)
When offerors submit a response to the solicitation include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Products and Commercial Services, with offer.
The solicitation document and all incorporated provisions and clauses are those in effect through the Federal Acquisition Circular 2025-03. All provisions and clauses can be found in the SF 1449 - FA2186Q00020003 attachment. The full text of provisions and clauses may be accessed electronically at www.acquisition.gov.
Due Dates:
Questions:
All questions must be submitted via email no later than 21 May 2026 at 12:00 PM PST. Submit all questions to Lt Dorian Maynard (dorian.maynard.1@spaceforce.mil) with SSgt Victor Mendoza (victor.mendoza.4@spaceforce.mil) Courtesy copied.
Quotes:
Quotations must be submitted via email no later than 1 June 2026 12:00 PM PST. Please send quotes to Lt Dorian Maynard (dorian.maynard.1@spaceforce.mil) with Victor Mendoza (victor.mendoza.4@spaceforce.mil) Courtesy copied.
(Late submissions will not be considered, with no exceptions)
AMENDMENTS:
Amendment 1: Updated 1449 and attached Q&A documents. All updated documents are attached as of 24 March 2026. Please refer to the 1449 attachment for all changes made. Additionally, the Q&A documents are attached and labeled "Questions and Answers Set 1" and "Questions and Answers Set 2".
Amendment 2: Updated 1449 and attached updated PWS that added section "4.8 additional info" as well as extend the due date to April 02 2026, at 1200 PST. (Attached consolidated file of SF 1449 March 27 2026, at 1558L).
Amendment 3: Updated clauses RFO 52.212-1 Instructions to Offerors--Commercial Products and Commercial Services as well as RFO 52.212-2 Evaluation--Commercial Products and Commercial Services within the SF 1449 and the SAM.gov description. Additionally, this amendment includes a Corrective Action Q&A document, removes all T&M clauses, adds section 4.1.15 to the PWS, and extends the quote due date to 1 June 2026, at 1200 PST. (The CUI markings within the PWS are not representative of the document itself as all CUI has been redacted from the document. Upon award the The unredacted version will be provided.)
DEPT OF DEFENSE
DEPT OF THE AIR FORCE
FA2816 SMC PK PKO
FA2816 SMC PK PKO
ADMIN ONLY NO REQTN CP 310 653 6118
483 N AVIATION BLVD BLDG 272
EL SEGUNDO, CA, 90245-2808
NAICS
Security Systems Services (except Locksmiths)
PSC
MISCELLANEOUS ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS
Set-Aside
Total Small Business Set-Aside (FAR 19.5)