Introduction
Purpose of this Request for Information (RFI)
The AFLCMC/HNID Program Office is seeking information from qualified vendors to provide security system upgrade, maintenance, and 24/7 monitoring services for our government-leased facility located at 4241 Piedras East Drive, Suite 210, San Antonio, TX 78228. This RFI is for market research purposes only and does not constitute a commitment to issue solicitation.
Scope of Services
- Seeking information on vendors capable of providing the following services.
- Security System Upgrade: Removal, delivery, installation of an upgraded security system, including Physical Access Control System (PACS). Must be compatible with Windows 11.
- Network Video Management System (NVMS)
- Close Circuit Television Video (CCTV) system
This includes new internal and external Point of Entry (PoE) cameras, new monitors with a new Network Video Recorder (NVR), software, mounting brackets, EMT conduit, and cabling/wiring. The system must be compatible with Windows 11.
Security System Maintenance: Semi-annual surveys and alarm tests on all security system components, including existing equipment such as Airphone, Access Control System, DVR, Prox Readers, BMS, Motion Detectors, Monitors, and encrypted cellular communication to monitoring station (UL2050 compliant with 5G backup).
24/7 Alarm Monitoring: Continuous alarm monitoring services, including alarm verification, notification of appropriate personnel (including SAPD), and maintenance of alarm event logs.
Information Requested
- Please provide the following information in your response:
- Company Profile: A brief overview of your company, including your experience providing similar services to government or commercial clients.
- Technical Approach: A description of your proposed technical approach to the security system upgrade, including the types of equipment and software you would recommend, and your installation process.
- Maintenance Plan: Outline your proposed maintenance plan, including the frequency of inspections, testing procedures, and response times for service calls.
Monitoring Capabilities: Describe your alarm monitoring center, including its certifications (e.g., UL 2050) and your alarm response protocols.
- Personnel Qualifications: Describe the qualifications of your personnel, including security clearances (minimum SECRET), certifications, and training. All personnel performing alarm installation and maintenance must be U.S. citizens subjected to a trustworthiness determination.
- Compliance: Confirmation that your services and equipment meet relevant standards, including National Institute Standards and Technology (NIST) certification, National Electrical Code, National Fire Protection Association Standards, Occupational Safety Health and Administration (OSHA) safety regulations, and National Life Safety Code (NFPA 101).
- Credentials: Confirmation that all contractor employees and subcontractors have the proper credentials allowing them to work in the United States.
- Reporting: Provide sample reports for alarm responses, maintenance activities, and system tests.
- Cost Information: Provide a rough order of magnitude (ROM) cost estimate for the upgrade, annual maintenance, and monitoring services.
Disclaimers
This is a Request for Information (RFI), as defined in Federal Acquisition Regulation (FAR) 15.201(e). Any information submitted by respondents to this request is strictly voluntary. This is not a Request for Proposal (RFP), Request for Quotation (RFQ), or Invitation for Bid (IFB); nor does its issuance obligate or restrict the U.S. Government to issue an RFP, RFQ, or IFB in the future. The U.S. Government does not intend to award a contract or order based on responses from this RFI.
Not responding to this RFI does not preclude participation in any future RFP, RFQ, or IFB, if any are issued.
Respondents are advised the U.S. Government shall not pay for any information provided, the use of such information, the preparation of such information, travel expenses, nor any administrative costs incurred in response to this RFI. All costs associated with responding to this RFI will be solely at the interested parties’ expense.
Information received from this RFI will be used for planning and market research purposes. As such, any response submitted to this RFI constitutes consent for that submission to be reviewed by military personnel, Government civilians, imbedded AFLCMC/HNI DoD contractors, and Federally Funded Research and Development Corporations (FFRDCs) or University Affiliated Research Corporations (UARC). Supporting this requirement are Oasis Systems and Deloitte. The responses may be forwarded to other Government entities in consideration for applicability to other programs.
Any proprietary information submitted should be identified as such and will be properly protected from disclosure. All DoD contractor and FFRDC personnel reviewing RFI responses will have signed non-disclosure agreements and understand their responsibility for proper use and protection from unauthorized disclosure of proprietary information. The U.S. Government shall not be liable for damages related to proprietary information that is not properly identified. Proprietary information will be safeguarded in accordance with the applicable U.S. Government regulations.
Respondents are advised that the Government is under no obligation to provide feedback with respect to any information submitted.
Issuance of this RFI does not obligate or restrict the U.S. Government to an eventual acquisition approach.
Submission Instructions
Please submit your response electronically to Capt Josef Hartzel at josef.hartzel@us.af.mil; Stephanie Abell at stephanie.abell@us.af.mil’ and Brandon Darrington at brandon.darrington@us.af.mil no later than 2:00 PM EST November 17, 2025.
Government Points of Contact
Capt Josef Hartzel Program Manager, josef.hartzel@us.af.mil
Mrs. Stephanie Abell, Deputy Program Manager, stephanie.abell@us.af.mil
Mr. Brandon Darrington, Contracting Officer, brandon.darrington@us.af.mil