- Gap review, remediation roadmap, and implementation support
- Policy package, evidence mapping, and submission prep
- Designed for primes and subs across non-tech and tech work
Base Alarm Services - Los Angeles Air Force Base
Combined Synopsis Solicitation from DEPT OF THE AIR FORCE • DEPT OF DEFENSE. Place of performance: CA. Response deadline: Mar 26, 2026. Industry: NAICS 561621 • PSC 6350.
CMMC support options for this DoD solicitation
As DoD CMMC rollout expands, approximately 80%+ of DoD solicitations are expected to include cybersecurity/CMMC requirements, including many non-tech scopes.
- Structured checklist, AI guidance, and progress tracking
- Build evidence and controls with clearer next-step workflows
- Ideal for teams that want speed plus affordability
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.
Applicable Wage Determinations
SAM WDOL references matched to this opportunity's location and scope language.
View more for this contract3 more WD matches and 129 more rate previews.↓
Point of Contact
Agency & Office
More in NAICS 561621
Description
The Los Angeles Air Force Base, Security Forces Squadron has a requirement for Base Alarm Support Services. This is a combined synopsis/solicitation for commercial products and commercial services prepared in accordance with FAR part 12. This announcement constitutes the only solicitation. Offers are being requested and a separate written solicitation will not be issued.
Solicitation Number FA2816Q0002 is issued as a “Request for Quote”. The Government proposes the acquisition of a Firm-Fixed Priced (FFP) contract to support the Los Angeles Air Force Base (LAAFB) Security Forces Squadron's Base Alarm requirement. This Base Alarm requirement will provide a service to perform maintenance and repair on the current bases alarm system and CCTV system at the LAAFB. This will include cleaning, scheduling, repairing, planning and/or replacement of base alarm, access control readers, workstations and various types of surveillance equipment to ensure Air Force requirements are met. Additionally, contractor shall maintain the VPN which currently is part of the base network backbone, this requires network troubleshooting experience, testing and evaluating the current condition or state of the VPN, the ability to utilize network test equipment for measuring voltages and frequencies on the network. The service will also require a good degree of network experience on IP configurations for surveillance equipment and alarm system components. This includes Fiber, Network switches (CISCO), Network video recorders, media converts, and LPR technology. It also includes the ability to utilize network software to identify network anomalies and/or issues, the ability to correct the issue either by means of software or replacement of equipment, and the ability to maintain certifications for proprietary software and/or equipment.
This acquisition is 100% set-aside small business concerns. The NAICS Code is 561621, Security System Services (except Locksmiths) and the Size Standard is $25M. The Product Service Code is 6350.
Line Items, Quantities, Units of Measure, and Options
All line-item information can be found in the FA2816Q0002 - Base Alarm Services - 1449 attachment.
Place of Performance:
Los Angeles Air Force Base 483 N. Aviation Blvd. El Segundo, CA 90245-2808 United States and all other locations mentioned in the Performance Work Statement below.
Provisions & Clauses:
Provision at 52.212-1, Instructions to Offerors-Commercial Products and Commercial Services, applies to this acquisition.
Please ensure that the quote includes the following and will not exceed 10 pages (any pages beyond the 10th will not be evaluated):
- Company Profile
- Capabilities/ Relevant Experience
- Past Performance
- Contact information
- Small Business Type
- NAICS Code
- CAGE Code
- UEI Code
- Completed Pricing Spreadsheet that follows the attached template (CLIN structure must match the attachment). Price only for CLIN X001, as CLIN X002 is only for parts. Submit quotes in two formats. One unredacted displaying all information. The other must be a redacted version not displaying any company identification/logos/UEI/Cage Codes.
(Incomplete quotations may be determined ineligible for award)
- Please see attached line-item numbers, quantities, options, and unit of measure.
Provision at 52.212-2, Evaluation-Commercial Products and Commercial Services applies to this acquisition and the specific evaluation criteria is included in paragraph (a).
The Government will award a contract resulting from this solicitation to the responsible Offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors will be used to evaluate offers:
Factor 1 – Technical Capability
Rating Method: Acceptable / Unacceptable.
The Government will evaluate the offerors' capabilities, relevant experience in Base Alarm Services and any other service descriptions detailed in the PWS. The Contractor must meet all certifications requirements laid out int he PWS in order to be deemed technically acceptable. Only quotations rated Acceptable will be eligible for award.
Factor 2 – Past Performance
Past performance will be evaluated on the criteria below for relevance and quality:
- Substantial Confidence – Based on recent and relevant performance record, the Government has a high expectation that the quoter will successfully perform the required effort.
- Satisfactory Confidence – The Government has a reasonable expectation of successful performance.
- Limited Confidence – The Government has a low expectation of successful performance.
- No Confidence – The Government has no expectation of successful performance.
- Neutral – No relevant past performance record is available; the quoter will not be evaluated favorably or unfavorably.
The Government will evaluate relevant past performance information, which may include references and other reasonable sources.
Factor 3 – Price
Evaluation Method: Reasonableness
Pricing will be evaluated completeness and reasonableness Unbalanced or incomplete pricing may render a quotation ineligible for award.
(Technical Capability and Past Performance, when combined, are more important than Price)
(The Government will perform a comparative assessment of quotations. A quotation with a higher Past Performance rating may be selected over a lower-priced quotation if the Government determines the higher-rated quotation provides better value.)
When offerors submit a response to the solicitation include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Products and Commercial Services, with offer.
Clause at 52.212-4, Contract Terms and Conditions-Commercial Products and Commercial Services, applies to this acquisition.
Clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Products and Commercial Services, applies to this acquisition
Clause at 52.217-8 Option to extend Services
Clause at 52.217-9 Option to Extend the Term of the Contract
(Clauses reference can be found at www.acquisition.gov)
The solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular 2025-03. All provisions and clauses can be found in the 1449 attachment. The full text of provisions and clauses may be accessed electronically at www.acquisition.gov.
Due Dates:
Questions:
All questions must be submitted via email no later than 18 March 2026 at 4:30 PM PST. Submit all questions to Lt Dorian Maynard (dorian.maynard.1@spaceforce.mil) with SSgt Victor Mendoza (victor.mendoza.4@spaceforce.mil) Courtesy copied.
Quotes:
Quotations must be submitted via email no later than 26 March 2026 at 12:00 PM PST. Please send quotes to Lt Dorian Maynard (dorian.maynard.1@spaceforce.mil) with Victor Mendoza (victor.mendoza.4@spaceforce.mil) Courtesy copied.
(Late submissions will not be considered, with no exceptions)
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.