Air Force Plant Access Control Vetting
Sources Sought from DEPT OF THE AIR FORCE • DEPT OF DEFENSE. Place of performance: CA. Response deadline: Mar 02, 2026. Industry: NAICS 561621 • PSC R430.
Market snapshot
Awarded-market signal for NAICS 561621 (last 12 months), benchmarked to sector 56.
Related hubs & trends
Navigate the lattice: hubs for browsing, trends for pricing signals.
Point of Contact
Agency & Office
More in NAICS 561621
Description
The Government is conducting market research and identifying, as potential sources, companies that may possess the expertise, capabilities, and experience to meet the requirements as specified in the Program Description below.
CAUTION: This Sources Sought is issued solely for information and planning purposes. In accordance with Part 10 of the Federal Acquisition Regulation, the U.S. Government is conducting market research. The intended purpose is to identify potential sources that may possess the expertise, capabilities, and experience of vetting government employees and visitors against an authoritative database is necessary to determine the fitness and reliability of personnel accessing our facilities and the associated national security resources and information entrusted to the various Air Force Plants located within the United States. Performance of the Program will be at the following aforemnetioned plants: Air Force Plant 42, Sites 1, 2, 3, 4, 7, and 8, Palmdale, CA 93550; Air Force Plant 4 Fort Worth TX 76108; Air Force Plant 6 Marietta GA 30063; and Air Force Plant 44 Tucson AZ 85756. Performance of the program will be in accordance with the requirements of industry standards and applicable local, state, and Federal laws. This sources sought notice is not to be construed as a commitment by the Government, nor will the Government reimburse any costs associated with the submission of information in response to this notice. This Sources Sought does not constitute a Request for Proposal (RFP) or a promise to issue an RFP in the future. Furthermore, Wright Patterson AFB, Air Force Life Cycle Management Center (AFLCMC) is not at this time seeking proposals, and will not accept unsolicited proposals. Responders are advised that the Government will not pay for any information or administrative costs incurred in response to this sources sought. Please be advised that all submissions become Government property and will not be returned. All costs associated with responding to this sources sought will be solely at the responding party’s expense. Not responding to this sources sought does not preclude participation in any future RFP, if any is issued. In accordance with Federal Acquisition Regulation 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. It is the responsibility of the interested parties to monitor this SAM.gov website for additional information pertaining to this source sought.
INSTRUCTIONS:
- Below is a description of the requirement and a Contractor Capability Survey, which allows you to provide your company’s capabilities.
- If, after reviewing this information, you desire to participate in the market research, you should provide documentation that supports your company’s capability in meeting these requirements. Failure to provide documentation may result in the government being unable to adequately assess your capabilities. If you lack sufficient experience in a particular area, please provide details explaining how you would overcome the lack of experience/capabilities in order to perform that portion of the requirement (i.e., teaming, subcontracting, etc.).
- Both large and small businesses are encouraged to participate in this Market Research. Joint ventures or teaming arrangements are also encouraged.
- Questions relative to this market survey should be addressed via email to Kyle Hartlage (AFLCMC/EZVK), kyle.hartlage@us.af.mil and Charnelle Hagans (AFLCMC/ EZVK), charnelle.hagans@us.af.mil no later than 5:00 pm EST on 02 March 2026. Verbal questions will NOT be accepted.
PROGRAM DESCRIPTION
Air Force Life Cycle management Center (AFLCMC) Environmental and Industrial Facilities Branch, Wright-Patterson AFB, Ohio (AFLCMC/EZV), requires expert services vetting government employees and visitors against an authoritative law enforcement database is necessary to determine the fitness and reliability of personnel accessing our facilities and the associated national security resources and information entrusted to Air Force Plant 42, Air Force Plant 4, Air Force Plant 6, and Air Force Plant 44.
REQUIREMENTS
- Must be approved by the FBI’s Criminal Justice Information Services (CJIS) and the Air Force CSO to process NCIC/III checks on behalf of the Air Force.
- Provide mobile handheld computers that can electronically verify entry eligibility.
- Provide established, secure data-sharing processes and authorization to receive and protect sensitive information.
- Ability to securely, electronically scan and read credentials in less than a second, allowing quick throughput, low-friction access decisions.
- Provide a minimum of 98% system uptime for program equipment.
- Proven past performance of conducting NCIC/III checks, including successful audit results.
- Capable of providing Electronic Perimeter Access Control System (ePACS) service to provide vetting against authoritative law enforcement databases pursuant to the DoD standard for a current fitness determination as outlined in DoDM 5200.08V3_AFMAN 31-101V3, Installation Perimeter Access Control.
- ePACS available in a handheld configuration.
- Ability to provide an interface to the Government’s Identity Matching Engine for Security and Analysis (IMESA) paired with an electronic physical access control system (ePACS) (subject to required Government approvals and authorizations).
- Use of DOJ-trained CJIS certified National Crime Information Center (NCIC) Terminal Operators and Trainers. Average tenure of at least five years is highly desired.
- Ability of system to support proprietary, currently issued credentials.
- Ability to configure an access control solution that meets Air Force requirements and is compatible with existing commercial infrastructure and systems.
- Ability to provide vetting for the credential utilizing guidance outlined in DoDM 5200.08V3_AFMAN 31-101V3, Installation Perimeter Access Control.
- Ability to vet credentials to authoritative law enforcement databases including but not limited to: National Crime Information Center (NCIC) Person Files (including Wanted Persons, Violent Persons, Immigration Violators, Terrorists Screening Center, and National Sex Offender Registry), and Interstate Identification Index (III).
- Ability to provide a system in which multiple, proprietary lists can be maintained for restricted/restricting access.
- Ability to scan a variety of IDs for validity including, but not limited to:
-
- U.S. State and Canada issued ID
- U.S. State and Canada issued Driver's License
- Military Common Access Card (CAC)
- Federal Employee CAC
- All Teslin ID (Military/Civil Service retiree, Military Dependent, etc.)
- Personal Identity Verification (PIV) credentials
- Personal Identity Verification-Interoperable (PIV-I) credentials
- Trusted Traveler IDs (e.g. Global Entry, Nexus, Sentri, and FAST)
- U.S. Immigration Credentials (e.g., U.S. Permanent Resident Card and U.S. Alien Card)
- U.S. Passport and Passport cards
- Industry issued credentials containing a barcode
-
- Ability to provide services while adhering to the following:
- Standalone software and hardware (does not need access to DoD/DOW/Government network)
- No major infrastructure requirements
- No connection to local network needed
- Discrete handheld screens
- Flexible credential scanning options
- Flexible vetting options
- Use of stand-alone equipment including:
- Mobile handheld computers for scanning credentials
- Warm standby mobile handheld computer
- Docking/charging station
- Online visit request program
- Site survey and equipment installation
- Ability to provide services including the following:
- 24x7 remote equipment monitoring
- Preventative onsite maintenance
- Onsite maintenance (equipment fixes, replacements)
- Equipment training, training materials and train the trainer services
- Software and hardware upgrades
- Equipment relocation
CONTRACTOR CAPABILITY SURVEY
Part I. Business Information
Please provide the following business information for your company/institution and for any teaming or joint venture partners:
- Company/Institure Name:
- Address:
- Point of Contact:
- Cage Code:
- Phone Number:
- E-mail Address:
- Web Page URL:
Size of business pursuant to North American Industry Classification System (NAICS) Code: 561621 – Security Systems Services
Service Code: D399, IT And Telecom - Other ITAnd Telecommunications; D304, IT And Telecom - Telecommunications And Transmission; R430, Support- Professional: Physical Security and Badging; DJ10, IT And Telecom - Security And Compliance As A Service; DJ101, IT And Telecom - Security And Compliance Support Services (Labor)
Based on the above NAICS Code, state whether your company is:
- Small Business, (Self-Certified or Third Party Certified) (Yes / No)
- Small Disadvantaged Business, (Self -Certified or Third Party Certified) (Yes / No)
- Women Owned Small Business, (Self -Certified or Third Party Certified) (Yes / No)
- Economically Disadvantaged Woman Owned Small Business, (Self -Certified or Third Party Certified) (Yes / No)
- 8(a) Certified, (Self -Certified or Third Party Certified) (Yes / No)
- HUBZone Certified, (Self -Certified or Third Party Certified) (Yes / No)
- Veteran Owned Small Business, (Self -Certified or Third Party Certified) (Yes / No)
- Service Disabled Veteran Small Business, (Self -Certified or Third Party Certified) (Yes / No)
All interested contractors must be registered in SAM in order to be eligible for award of Government contracts. The government reserves the right to consider a small business set-aside based upon responses hereto for any subsequent action.
A statement as to whether your company is domestically or foreign owned (if foreign, please indicate the country of ownership).
Please provide a statement that the respondent will allow or will not allow the Government to release proprietary data.
Please provide a statement to acceptability of the following proposed non-commercial provisions and clauses, as they are determined to be consistent with customary commercial practice. (Access www.acquisition.gov for full text):
- FAR 52.212-1, Instructions to Offerors
- FAR 52.212-3, Offeror Representations and Certifications – Commercial items
- FAR 52.212-4, Contract Terms and Conditions – Commercial Items
- FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders
- FAR 52.204-7, System for Award Management
- FAR 52.204-16, Commercial and Government Entity Code Reporting
- FAR 52.204-17, Ownership or Control of Offeror
- FAR 52.204-20, Predecessor of Offeror
- DFARS 252.203-7005, Representation Relating to Compensation of Former DoD Officials
- DFARS 252.204-7016, Covered Defense Telecommunications Equipment of Services – Representation
- DFARS 252.204-7017, Prohibition on the Acquisition of Covered Defense Telecommunications Equipment of Services – Representation
Offerors are advised the System for Award Management (SAM) is not yet updated to reflect the required FAR provision 52.204-24 “Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment.” Offerors shall not complete the representation in FAR 52.204- 24 if the Offeror has represented that it “does not provide covered telecommunications equipment or services as a part of its offered products or services to the Government in the performance of any contract, subcontract, or other contractual instrument” in the provision at FAR 52.204-26, Covered Telecommunications Equipment or Services- Representation, or in paragraph (v) of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items. If the Offeror has represented that it DOES provide covered telecommunications equipment or services, they shall notify the Government before submitting a quotation in response to this synopsis/solicitation. FAR 52.204-24 is provided as a separate attachment to this solicitation should the Offeror need to complete this representation to this solicitation should the Offeror need to complete this representation.
Additional Terms that apply to this acquisition:
- Notice to Offeror(s)/Supplier(s): Funds are not presently available for this effort and no award will be made under this solicitation until funds are available. The Government reserves the right to cancel this solicitation, either before or after the closing date. In the event the Government cancels this solicitation, the Government has no obligation to reimburse an offeror for any costs.
- This is a notice that this order is a total set-aside for small business concerns. The Government will accept only quotes submitted by small business concerns. Any quote that is submitted by a contractor that is not a small business concern IAW the NAICS code and size standard stated above will not be considered for award.
OMBUDSMAN
The purpose of the Ombudsman is to communicate contractor concerns, issues, disagreements, and recommendations to the appropriate government personnel. The Ombudsman does not participate in the preparation of solicitations, evaluation of proposals or source selection process and does not diminish the authority of the contracting officer. Any questions or concerns about this solicitation should first directed to the buyer at the e-mail address or phone number listed, or you may contact the Ombudsman, Col Cecilia Montes De Oca, Deputy Director, AFMC, via email at ASCA@us.af.mil.
If your company is interested, e-mail your responses to kyle.hartlage@us.af.mil and charnelle.hagans@us.af.mil no later than 5:00 pm EST on 02 March 2026. Direct and succinct responses are preferred. Marketing materials are considered an insufficient response.
All responses must be UNCLASSIFIED; no classified material will be accepted or considered with this Sources Sought Synopsis. The response to Part I. Business Information should be single spaced, 12pt font, no kerning. The response to Part II. Capabilities should be limited to no more than 10 pages (8.5x11 inches), single spaced, 12pt font, no kerning. In addition, identify a representative to support further Government inquiries and requests for clarification of the information provided, if needed. Respondents should indicate which portions of their response are proprietary and should mark them accordingly. The Air Force will handle proprietary items in accordance with FAR 2.101 and 3.104.
Files
Files size/type shown when available.
BidPulsar Analysis
A practical, capture-style breakdown of fit, requirements, risks, and next steps.
FAQ
How do I use the Market Snapshot?
It summarizes awarded-contract behavior for the opportunity’s NAICS and sector, including a recent pricing band (P10–P90), momentum, and composition. Use it as context, not a guarantee.
Is the data live?
The signal updates as new awarded notices enter the system. Always validate the official award and solicitation details on SAM.gov.
What do P10 and P90 mean?
P10 is the 10th percentile award size and P90 is the 90th percentile. Together they describe the typical spread of award values.