This is a Total Small Business Set-Aside solicitation for commercial services prepared in accordance with the format in FAR subpart 12.6. This solicitation serves as a RFQ (Resuest for Quotation) for Base Alarm Services at Los Angeles Air Force Base.
Please ensure that the quote includes the following and follows the attached CLIN structure:
- Company Profile
- Capabilities
- Contact information
- Small Business Type
- NAICS Code
- CAGE Code
- UEI Code
Attached is a copy of the Perfromance Work Statement (Redacted) detailing the potential scope of the requirement. Be sure to address the following within the narrative:
- Capabilities
- Address Each Task/Element
Service Description:
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. 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, planing and or replacement of base alarm, access control readers, workstations and various types of surveillance equipment to insure Air Force requirements are met. Additionally, contractor shall maintain the 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 utilizing network test equipment for measuring voltages and frequencies on the network. The service will also require a good degree of network experience on IP configurations for surveillance equipment and alarm system components. This includes Fiber, Network switches (CISCO), Network video reorders, 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.
Due Dates:
*Update effective 02 Feb 2026: updated solictation close date/quotes due date to 03 Feb 2026, 12:00 PM PST*
(Update effective 22 Jan 2026: updated solicitation close date/quotes due date to 02 Feb 2026, 12:00 PM PST)
(Update effective 15 Jan 2026, updating suspense date of questions and to submit request for access to PWS, changing from 3:00 PM PST,16 Jan 2026 to 12:00 PM PST, 20 Jan 2026)
Any and all questions need to be submitted in writing via email to Lt Dorian Maynard (dorian.maynard.1@spaceforce.mil) and TSgt Kenneth Sparks (kenneth.sparks.2@spaceforce.mil) no later than 20 Jan 2026 at 12:00 PM PST.
- Answers to Questions: All answers to the recieved questions have been posted and can be viewed in the attachments - 26 Jan 2026.
Additionally, please request access to the PWS no later than 20 Jan 2026 at 12:00 PM PST.
Please send quotes to Lt Dorian Maynard (dorian.maynard.1@spaceforce.mil) and TSgt Kenneth Sparks (kenneth.sparks.2@spaceforce.mil) no later than 03 Feb 2026 at 12:00 PM PST.
Instructions for Quotes:
Please ensure quotes include the requested info as stated above.
Evaluation Criteria: Quotes will be evaluated on the basis of Lowest Price Technically Acceptable (LPTA). Quotes must meet all requirements set forth in the solicitation and Performance Work Statement (PWS).
Please ensure quotes follow the attached CLIN structure.
*Please ensure quote follows CLIN structure attachment and that all lines/CLINs are seperately priced