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

Project ID: FA286026Q0009 FederalOpportunitiesSolicitation
Overview
AgencyDistrict Washington
Deadline06/03/26
Posted05/12/26
Estimated Value$1,500,000 - $3,500,000 (AI estimate)
Set AsideSBA
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

Posted: April 30, 2026, 3:28 p.m. EDT

Current (Newest Update)

Posted: May 12, 2026, 4:13 p.m. EDT Amendment published to this solicitation incorporating question(s) submission timeline. Reference attached SF-30 modifcation #0001......End of amendment update................. JBA intends to make an LPTA contract award for a base year (twelve months) plus four-twelve month option years. 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). Known as America's Airfield, JBA is has the most critical and highest level of security driven flightline system across the entire CONUS. JBA is a unique base with an automated gate system that controls access to the airfield perimter. 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. We are interested in designated small-business sized capable of meeting this requirement with SBA certification under NAICS code 561621 (Security Systems Services except locksmith). The size standard is $25.0 million dollars. Interested vendors should submit their responsenses in accordance with the instructions contained within the attached RFQ that outlines all requirements for consideration of this contract award. The RFQ package should be accurate, 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. RFQ packages must be returned with SF-1449 block 30 signed, completion of line items scheduling, unique entity ID, cage code, System for Award Management (SAM) expiration date, and any other related details. NOTE: All contractors doing business with the Federal Government must be registered in (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 3 Jun 2026. Responses will be accepted via electronic means only to charles.maddox.8@us.af.mil

Contacts
Contact nameCHARLES MADDOX
Contact emailcharles.maddox.8@us.af.mil
Contact phone(240) 612-3980
Secondary contact nameCraig L. McClain
Secondary contact emailcraig.mcclain.2@us.af.mil
Secondary contact phone(240) 612-5660
Same Region Opportunities