SOURCES SOUGHT
J -- JBA Flightline Entry Control System (FLECS) mx and sustainment_ Aug 2026
- Notice Date
- 3/5/2026 7:37:42 AM
- Notice Type
- Sources Sought
- NAICS
- 561621
— Security Systems Services (except Locksmiths)
- Contracting Office
- FA2860 316 CONS PK JB ANDREWS MD 20762-7001 USA
- ZIP Code
- 20762-7001
- Solicitation Number
- 316SFG_FY26AUG
- Response Due
- 3/24/2026 11:30:00 AM
- Archive Date
- 04/08/2026
- Point of Contact
- CHARLES MADDOX, Phone: 2406123980
- E-Mail Address
-
Charles.Maddox.8@us.af.mil
(Charles.Maddox.8@us.af.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- SOURCES SOUGHT: THIS IS NOT A NOTICE OF REQUEST FOR QUOTATION. THIS IS FOR INFORMATION AND PLANNING PURPOSES ONLY! This notice does not constitute a commitment by the Government. All information submitted in response to this announcement is voluntary and the Government will not pay for information requested nor will it compensate any respondent for any cost incurred in developing information provided to the Government. Joint Base Andrews (JBA), MD intends to pursue a 100% Small Business Set-Aside award for anticipated contract renewal. All social economic categories are encouraged to respond under this RFI posting. The contracting officer will document market?research findings and determination procurement strategy. The North American Industry Classification Systems (NAICS) Code proposed is 561621 (Security Systems Services�except locksmith). The size standard is $25.0 million dollars. This requirement is to provide: Maintenance and sustainment for Integrated Base Defense Security System (IBDSS) and Flight Line Entry Control System (FLECS) at JB Andrews. JBA is the first and only base with an automated gate system which controls access to the airfield. The FLECS supports all Programmable Logic Controller (PLC) 1- 3 assets as a first line of defense and security requirements from JBAI 31-101 and all proceeding regulations. This requires both physical and mechanical on-site maintenance to service each entry control point (ECP). With the heavy use of ECPs utilized by contractors and other entities, the gates do experience point of failure whether it be human or mechanical. (Please see attached the Performance Work Statement for more information.) We are interested in designated small-sized business capable of meeting this requirement. Market research is being conducted to determine interest, capability, and socio-economic category of potential sources for the requirement. The government requests interested parties submit a brief description of their company's business capability, NAICS code 561621 verification and specific SBA certification of socio-economic status. Interested vendors should submit their response package that outlines the firm�s capabilities in providing the required services. The capabilities package should be brief and concise, yet clearly demonstrate an ability to meet the stated requirements. Recent/relevant experience in all areas should be provided. Teaming with other qualified socio-economic business partners is allowed as per FAR compliance. Include in your capabilities package your Unique Entity ID, Cage Code, System for Award Management expiration date, and any other related details. The response must not exceed 2 pages. Any responses involving teaming agreements should delineate between the work that will be accomplished by the prime and the work accomplished by the teaming partners. The Government will use this information in determining its small business set-aside decision. NOTE: All contractors doing business with the Federal Government must be registered in the System for Award Management (SAM) database. The website for registration is www.sam.gov. All responses to this notice are to be submitted by 2:30 PM Eastern Standard Time, on 24 Mar 2026. Responses will be accepted via electronic means only to charles.maddox.8@us.af.mil
- Web Link
-
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/aa489a765c554e5c9a08537483bd50d7/view)
- Place of Performance
- Address: Andrews Air Force Base, MD 20762, USA
- Zip Code: 20762
- Country: USA
- Zip Code: 20762
- Record
- SN07736366-F 20260307/260305230050 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |