JBA Flightline Entry Control System (FLECS) mx and sustainment_ Aug 2026

Project ID: 316SFG_FY26AUG FederalOpportunitiesSources Sought
Overview
AgencyDistrict Washington
Deadline03/24/26
Posted03/05/26
Estimated Value$500,000 - $2,000,000 (AI estimate)
Set AsideSmall Business
NAICS561621 - Security Systems Services (except Locksmiths)
PSCJ063 - Maint/Repair/Rebuild Of Equipment- Alarm, Signal, And Security Detection Systems
LocationAndrews Air Force Base, MD 20762 United States
Description
Primary Latest Change

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

Summary (Newest Update)

Background Joint Base Andrews (JBA), MD is seeking to pursue a 100% Small Business Set-Aside award for the anticipated contract renewal focused on maintenance and sustainment of the Integrated Base Defense Security System (IBDSS) and Flight Line Entry Control System (FLECS). JBA is notable for being the first base with an automated gate system controlling airfield access, which is critical for security operations. The goal of this contract is to ensure the operational readiness and reliability of these security systems, which are essential for maintaining safety and compliance with JBAI 31-101 regulations. Work Details The contractor will be responsible for: 1. Organizational Level Maintenance: Timely response to service calls/system failures, achieving a performance threshold of 95%. 2. Contractor Logistics Support: Maintaining accurate inventory of on-site and depot-level parts, with a target of 98% accuracy in repair documentation. 3. Sustainment Engineering: Ensuring selected equipment integrates and functions with existing systems upon permanent installation. 4. Support Equipment: Maintaining all required tools and diagnostic equipment on hand. 5. Commercial Manuals and Documentation: Keeping all current equipment manuals and documentation readily available. 6. Sparing Concept: Monitoring spare parts during failures to ensure quick resolution. Place of Performance The services will be performed at Joint Base Andrews, MD.

Contacts
Contact nameCHARLES MADDOX
Contact emailcharles.maddox.8@us.af.mil
Contact phone(240) 612-3980
Same Region Opportunities

Reproductive Health Conference

Agency: Maryland Department of Aging, Maryland Emergency Management , Maryland Department of Health [MD]

Location: Maryland

NAICS: Not Provided