Skip to content
Department of Defense

Base Alarm Services - Los Angeles Air Force Base

Solicitation: FA2816Q0002
Notice ID: ebbc5f2c62a84b41b26ced8f339bd6bc

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.

DoD CMMC Readiness
Modern compliance support by Federal Bid Partners

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.

Done-for-you service
CMMC start-to-finish with FBP
$2,000
Registered Practitioner logo
Guided by a Registered Practitioner with practical DoD workflow support.
  • 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
Start CMMC with Federal Bid Partners →
AI-powered application
CMMC Pulsar™ start-to-finish
$399
CMMC Pulsar logo
First-of-its-kind CMMC Pulsar™ app to run your CMMC workflow with AI assistance.
  • Structured checklist, AI guidance, and progress tracking
  • Build evidence and controls with clearer next-step workflows
  • Ideal for teams that want speed plus affordability
Open CMMC Pulsar™ →
Solicitation context: FA2816Q0002. Requirements vary by acquisition and contract type; COTS-only exceptions may apply.

Market snapshot

Awarded-market signal for NAICS 561621 (last 12 months), benchmarked to sector 56.

12-month awarded value
$29,333,962
Sector total $1,451,713,144 • Share 2.0%
Live
Median
$73,980
P10–P90
$15,249$688,951
Volatility
Volatile200%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
2.0%
share
Momentum (last 3 vs prior 3 buckets)
+3188%($27,602,148)
Deal sizing
$73,980 median
Use as a pricing centerline.
Live signal is computed from awarded notices already observed in the system.
Signals shown are descriptive of observed awards; not a forecast.

Related hubs & trends

Navigate the lattice: hubs for browsing, trends for pricing signals.

We write these bids →
Open on SAM.gov →
Map for CA
Live POP
Place of performance
El Segundo, California • 90245 United States
State: CA
Contracting office
El Segundo, CA • 90245-2808 USA

Applicable Wage Determinations

SAM WDOL references matched to this opportunity's location and scope language.

WD Directory →
Best fit for this contractDavis-Bacon
CA20260012 (Rev 2)
Match signal: state matchOpen WD
Published Jan 23, 2026California • San Luis Obispo
Rate
Asbestos Workers/Insulator (Includes the application of all insulating materials, protective coverings, coatings, and finishes to all types of mechanical systems)
Base $56.32Fringe $26.52
Rate
Fire Stop Technician (Application of Firestopping Materials for wall openings and penetrations in walls, floors, ceilings and curtain walls)
Base $39.94Fringe $20.65
+129 more occupation rates available in the full WD.
View more for this contract
3 more WD matches and 129 more rate previews.
Davis-BaconBest fitstate match
CA20260012 (Rev 2)
Open WD
Published Jan 23, 2026California • San Luis Obispo
Rate
Asbestos Workers/Insulator (Includes the application of all insulating materials, protective coverings, coatings, and finishes to all types of mechanical systems)
Base $56.32Fringe $26.52
Rate
Fire Stop Technician (Application of Firestopping Materials for wall openings and penetrations in walls, floors, ceilings and curtain walls)
Base $39.94Fringe $20.65
Rate
terial handler (Includes preparation, wetting, stripping, removal, scrapping, vacuuming, bagging and disposing of all insulation materials from mechanical systems, whether they contain asbestos or not)
Base $23.52Fringe $13.37
+128 more occupation rates in this WD
Davis-Baconstate match
CA20260024 (Rev 2)
Open WD
Published Jan 23, 2026California • Orange
Rate
Asbestos Workers/Insulator (Includes the application of all insulating materials, protective coverings, coatings, and finishes to all types of mechanical systems)
Base $56.32Fringe $26.52
Rate
Fire Stop Technician (Application of Firestopping Materials for wall openings and penetrations in walls, floors, ceilings and curtain walls)
Base $39.94Fringe $20.65
Rate
terial handler (Includes preparation, wetting, stripping, removal, scrapping, vacuuming, bagging and disposing of all insulation materials from mechanical systems, whether they contain asbestos or not)
Base $23.52Fringe $13.37
+127 more occupation rates in this WD
Davis-Baconstate match
CA20260015 (Rev 2)
Open WD
Published Jan 23, 2026California • Ventura
Rate
Asbestos Workers/Insulator (Includes the application of all insulating materials, protective coverings, coatings, and finishes to all types of mechanical systems)
Base $56.32Fringe $26.52
Rate
Fire Stop Technician (Application of Firestopping Materials for wall openings and penetrations in walls, floors, ceilings and curtain walls)
Base $39.94Fringe $20.65
Rate
terial handler (Includes preparation, wetting, stripping, removal, scrapping, vacuuming, bagging and disposing of all insulation materials from mechanical systems, whether they contain asbestos or not)
Base $23.52Fringe $13.37
+127 more occupation rates in this WD
Davis-Baconstate match
CA20260025 (Rev 2)
Open WD
Published Jan 23, 2026California • Riverside
Rate
Asbestos Workers/Insulator (Includes the application of all insulating materials, protective coverings, coatings, and finishes to all types of mechanical systems)
Base $56.32Fringe $26.52
Rate
Fire Stop Technician (Application of Firestopping Materials for wall openings and penetrations in walls, floors, ceilings and curtain walls)
Base $39.94Fringe $20.65
Rate
terial handler (Includes preparation, wetting, stripping, removal, scrapping, vacuuming, bagging and disposing of all insulation materials from mechanical systems, whether they contain asbestos or not)
Base $23.52Fringe $13.37
+123 more occupation rates in this WD

Point of Contact

Name
Lt Dorian Maynard
Email
dorian.maynard.1@spaceforce.mil
Phone
3106535379
Name
SSgt Victor Mendoza
Email
victor.mendoza.4@spaceforce.mil
Phone
3106532936

Agency & Office

Department
DEPT OF DEFENSE
Agency
DEPT OF THE AIR FORCE
Subagency
FA2816 SMC PK PKO
Office
Not available
Contracting Office Address
El Segundo, CA
90245-2808 USA

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.

Analysis is being generated for this notice. Check back shortly.

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.