Closed Solicitation · DEPT OF DEFENSE

    ALARM MONITORING & DISPATCH, AND ON-SITE SECURITY

    Sol. 02042026AlarmMonitoringSources SoughtWRIGHT PATTERSON AFB, OH
    Closed
    STATUS
    Closed
    closed Feb 11, 2016
    POSTED
    Feb 4, 2026
    Publication date
    NAICS CODE
    561621
    Primary industry classification
    PSC CODE
    Product & service classification

    AI Summary

    The Department of Defense is seeking sources for alarm monitoring and dispatch, as well as on-site unarmed security services for the Joint Strike Fighter program. Interested vendors should submit a capabilities package demonstrating relevant expertise. This is a sources sought notice for market research purposes only, and no solicitation is currently available.

    Contract details

    Solicitation No.
    02042026AlarmMonitoring
    Notice Type
    Sources Sought
    Posted Date
    February 4, 2026
    Response Deadline
    February 11, 2016
    NAICS Code
    561621AI guide
    Issuing Office
    FA8604 AFLCMC PZI
    Primary Contact
    Matthew Corey
    State
    OH
    ZIP Code
    45433-7228
    AI Product/Service
    service

    Description

    SOURCES SOUGHT SYNOPSIS
    Alarm Monitoring & Dispatch, and On-site Security

    This is a Sources Sought Synopsis; there is no solicitation available at this time. Requests for a solicitation will receive no response. This Sources Sought Synopsis is published for Market Research purposes only.

    This market survey is conducted to identify potential sources capable of meeting the requirements for providing off-site building alarm system monitoring & dispatch, and on-site unarmed security staff. This support is for the Joint Strike Fighter (AFLCMC/WJ) at 9595 Springboro Pike, Miamisburg, Ohio. A proposed draft Performance Work Statement (PWS) is attached to provide respondents a better understanding of the AFLCMC/WJ requirements.

    The required support includes, but is not limited to, the full spectrum of activities needed to secure the facility 24 hours per day, 7 days per week, 365 days per year. Specific tasks include:

    • Off-site Alarm Monitoring and Dispatch: Providing 24/7/365 monitoring of building alarm systems. This includes notifying on-site security of an alarm activation within 5 minutes, notifying the government key holder, and dispatching local law enforcement when required. The contractor must maintain detailed records of all incidents and ensure alarm monitors are properly trained.

    • On-site Security Staff: Providing unarmed, on-site security personnel during after-hours (1600L – 0800L), weekends, and federal holidays. Staff must respond to alarm notifications within 5 minutes of dispatch.

    • Security Patrols: Conducting roving interior checks every two hours and exterior checks every three hours to ensure the facility is secure, check for signs of forced entry or suspicious activity, and report any issues. The contractor must supply a marked security vehicle for exterior patrols.

    • Personnel and Compliance: Ensuring all personnel are U.S. citizens who have passed an FBI criminal background check and meet other suitability requirements. The contractor must meet or exceed the requirements of ICD 705 and UFC 2050.

    • Reporting and Documentation: Providing monthly status reports detailing all alarm responses and labor hours, maintaining a current roster of all employees, and documenting all significant communications with government representatives.

    The Government has not yet determined a specific small business set-aside for this action, but requests responses from all vendors including Small Businesses and Certified 8(a) Small Business Concerns. All interested parties are encouraged to respond. Respondents are requested to certify their business size and any applicable socio-economic statuses. The anticipated North American Industry Classification System (NAICS) code is expected to be within the 561621 - Security Systems Services sector, but the final code will be determined at the time of solicitation.

    All interested parties shall submit a capabilities package which explicitly demonstrates capabilities and expertise related to this effort. Foreign contractor participation at the prime level is not permitted. Your package should demonstrate capabilities, expertise, and past performance relevant to the requirements cited above and in the PWS. Your Capabilities Package should not exceed 30 pages and should follow the format provided, including: Company Name; Address; Point of Contact; Telephone number; E-Mail Address; CAGE Code; Web Page URL; and certification of business size and status. Each page shall be formatted for 8 1/2" x 11" paper, single-spaced, and one-sided. Covers and title pages are not required. Please submit one (1) copy in PDF format via email to matthew.corey.2@us.af.mil and shannon.scott.4@us.af.mil.

    The Government will not award a contract solely on the basis of this sources sought, nor will it reimburse for any costs associated with submitting a response. This synopsis does not constitute an RFQ, RFP, or IFB. The Government reserves the right to reject any industry input. If proprietary data is included, clearly mark it and present it as an addendum. If a contract is awarded for this or a related effort, a solicitation will be published on Sam.Gov.

    If you have any questions, you may contact Matthew Corey at matthew.corey.2@us.af.mil or the Contracting Officer, Shannon Scott, at shannon.scott.4@us.af.mil.

    Key dates

    1. February 4, 2026Posted Date
    2. February 11, 2016Proposals / Responses Due

    AI search tags

    Frequently asked questions

    ALARM MONITORING & DISPATCH, AND ON-SITE SECURITY is a federal acquisition solicitation issued by DEPT OF DEFENSE. Review the full description, attachments, and submission requirements on SamSearch before the response deadline.

    SamSearch Platform

    Stop searching. Start winning.

    AI-powered intelligence for the right opportunities, the right leads, and the right time.