Opportunity

SAM #IBDSMXFY26

Maintenance and Technical Support for KAFB Integrated Base Defense System (IBDS)

Buyer

377th Air Base Wing

Posted

April 29, 2026

Respond By

May 15, 2026

Identifier

IBDSMXFY26

NAICS

541512, 541513, 561621

This opportunity seeks maintenance and technical support for the Integrated Base Defense System (IBDS) at Kirtland Air Force Base, managed by the Air Force Global Strike Command. - Government Buyer: - DEPT OF DEFENSE, DEPT OF THE AIR FORCE, AIR FORCE GLOBAL STRIKE COMMAND, 377 MSG PK - OEMs Highlighted: - AXIS Communications (AXIS VAPIX cameras) - FLIR Systems (thermal and PTZ cameras) - Magos Systems (AI servers) - DELL (server hardware) - Products Requested: - Surveillance cameras (AXIS VAPIX models: P3365, P3375-V, P3227-LVE, Q6055-C, Q6045-C-MkII, Q1765-LE, Q6075-E, Q8752-E, M3027, M3037, Q6055-E, Q3515, Q1785-LE, Q3708-PVE, Q8414-LVS, P3227-LV, Q3505 Mk II, P3375-LV, P3225-LVE Mk II) - FLIR PTZ and thermal cameras (PT-606E-NTSC, PT-608 HD) - Storage and viewing units (CV-C7SYSTEM) - Wireless devices (NSM-5) - Radar units (SR-1000, SR-250-F, SR-500) - Magos AI Servers (DELL 240) - Time server (TM-1000) - Quantities range from 1 to 36 per item - Services Requested: - Maintenance, troubleshooting, and inventory control for the IBDS networked security system and command/control station - Vendor must provide all supplies, equipment, and services as described in the Draft Performance Work Statement (PWS) - Unique Requirements: - Maintain operational readiness for real-time situational awareness and force protection - Ability to maintain or acquire all required certifications throughout the service duration - Equipment includes expired warranties, requiring sustainment and potential upgrades - Places of Performance: - Kirtland Air Force Base (primary location) - Multiple federal facility locations across gates, hangars, armories, and firing lanes within KAFB - Contracting office at 8500 Gibson Blvd, Bldg 20202, Kirtland AFB, NM - Notable: No specific contract value or period of performance provided; details referenced in attachments.

Description

THIS IS A SOURCES SOUGHT NOTICE. NO SOLICITATION IS AVAILABLE AT THIS TIME. The purpose of this Sources Sought Notice is to identify potential sources capable of performing the effort described herein pursuant to RFO Part 10, Market Research and RFO Part 19, Small Business. This is for planning purposes only.

Any information submitted by respondents to this Source Sought Notice is voluntary. The Air Force does not intend to award a contract on the basis of this notice or to otherwise pay for the information solicited. Respondents should not construe this notice as a commitment by the Air Force for any purpose, and should refrain from providing proprietary information in the response.

377th MSG Contracting Division anticipates conducting a competitive acquisition for this effort. The effort is expected to result in a Firm-Fixed-Price contract.

NAICS code is anticipated to be 561621 – Security Systems Services, size standard $25,000,000.00.

INTRODUCTION:  This is the initial step in the planning process for a non-personal services requirement to maintain, troubleshoot, and inventory control the base-wide networked security system and its integrated security command and control station. Including cameras, radars, servers, drones and viewing stations across the base that are associated with this system. The vendor shall furnish all supplies, equipment, and services required to perform work under this requirement IAW Attachment 1 – Draft Performance Work Statement.

BACKGROUND: The 377 SFS requires comprehensive maintenance and sustainment services for an existing, highly integrated physical security and surveillance infrastructure. This requirement ensures the continuous operational readiness of a system that is critical for real-time situational awareness, force protection, and integrated base defense.

INSTRUCTIONS:  All businesses capable of meeting the qualifications and have the ability to meet requirements of the PWS are invited to respond electronically.

Responses shall include the following information:

Company Name Address  DUNS Number CAGE Code Point of Contact (email address and phone number) Indicate business size under NAICS 561621 (SB, SDB, WOSB, etc)

Statement of Capabilities are limited to 5 pages, using Times New Roman 12 Font. At a minimum the statement of capabilities should:

Describe the company's ability to address tasks described within the Draft PWS. Discuss your company's experience in maintaining integrated secruity systems. Discuss your company's ability to maintain or acquire all of the required certifications within the Draft PWS throughout the duration of the service.

Responses to this Sources Sought must be sent No Later Than 15 May 2026 @ 3:00 PM Mountain Daylight Time (MDT). Responses shall be addressed to the Contracting Officer, Ms. Robyn Knight at robyn.knight.1@us.af.mil and to the Contract Specialist, SrA Noel Choquette at noel.choquette@us.af.mil

LIST OF ATTACHMENTS:

Attachment 1 - Draft Performance Work Statement (PWS)

Attachment 2 - KAFB IBDS Sanitized Equipment List

View original listing