Closed Solicitation · DEPT OF DEFENSE

    PKB CONFINEMENT CAMERA SYSTEM (COMMODITY)

    Sol. FA461325Q1041Combined Synopsis/SolicitationSet-aside: Total Small Business Set-Aside (FAR 19.5)FE WARREN AFB, WY
    Closed
    STATUS
    Closed
    closed Jul 24, 2025
    POSTED
    Jul 18, 2025
    Publication date
    NAICS CODE
    561621
    Primary industry classification
    PSC CODE
    N063
    Product & service classification

    AI Summary

    The 90th Contracting Squadron is seeking quotes for the PKB Confinement Camera System, including supply and installation services at F.E. Warren AFB, WY. This opportunity is a 100% Total Small Business Set-Aside and follows FAR Part 13 procedures. Interested vendors must be registered in SAM and provide relevant experience in surveillance systems installation.

    Contract details

    Solicitation No.
    FA461325Q1041
    Notice Type
    Combined Synopsis/Solicitation
    Set-Aside
    Total Small Business Set-Aside (FAR 19.5)
    Posted Date
    July 18, 2025
    Response Deadline
    July 24, 2025
    NAICS Code
    561621AI guide
    PSC / Class Code
    N063
    Issuing Office
    FA4613 90 CONS PK
    Primary Contact
    Mr. Brandon Bartlett
    State
    WY
    ZIP Code
    82005-2860
    AI Product/Service
    both

    Description

    Combined Synopsis/Solicitation

    Solicitation Number: FA461325Q1041

    Purchase Description: PKB Confinement Camera System (Commodity)

    The 90th Contracting Squadron is issuing this Combined Synopsis/Solicitation for commercial products prepared in accordance with the format in FAR 12.603 and supplemented with FAR Part 13 procedures. This announcement constitutes the only solicitation; quotes are being requested, and no separate written solicitation will be issued. This solicitation is posted to SAM.gov as a 100% Total Small Business Set-Aside.

    Contract Information:

    • Set Aside: 100% Total Small Business Set Aside
    • NAICS Code: 561621 – Security System Services (except Locksmiths)
    • Size Standard: $25M
    • Type of Contract: Firm Fixed-Price
    • Place of Performance: Bldg. 34, Confinement, F.E. Warren AFB, WY 82005
    • Period of Performance: 150 calendar days after award

    The solicitation document and incorporated provisions and clauses are those in effect through the:

    • FAR: FAC 2025-03 effective 17 Jan 2025
    • DFARS: Change 01/17/2025
    • DAFFARS: Change 10/16/2024

    DESCRIPTION OF ITEM(S): 

    In accordance with the Performance Work Statement, the Contractor shall provide all management, tools, supplies, equipment, and labor necessary to perform camera supply and installation services at F.E. Warren Air Force Base, Wyoming, in accordance with all applicable federal, state, and local laws and regulations, and the Performance Work Statement dated 17 July 2025

    CLIN STRUCTURE:

    See Attachment 1 – Combined Synopsis/Solicitation

    ATTACHMENT LIST:

    Attachment 1 – Combined Synopsis/Solicitation

    Attachment 2 - Performance Work Statement dated 17 July 2025

    Attachment 3 - Statement of Understanding - Performance Work Statement

    Attachment 4 - Provisions and Clauses

    Attachment 5 - Supplemental Clauses

    Attachment 6 - Questions and Answers

    Attachment 7 - Offeror Response Form

    OTHER INFORMATION:

    Per FAR Subpart 4.1102, offerors are required to be registered in System for Award Management (SAM) at time of submission of quote. Failure to do so will result in the offer being deemed ineligible for the award.  This is a notice that this order is an open market requirement for Confinement Camera System.  

    Interchanges. The government intends to award a purchase order without interchanges with respective vendors/quoters. The government, however, reserves the right to conduct interchanges if deemed in its best interest. Under appropriate circumstances, interchanges can be an effective method to improve the Government's evaluation of Offerors' quoted approaches and may reduce acquisition cycle time. Interchanges may be written, email, phone call, etc., or any method which would accurately capture the contemporaneous sharing of information between the Government and the Offerors.

    DEFINITIONS:

    • Relevant Training is defined as any training resulting in proficiency in installing and configuring various types of surveillance cameras (IP, analog, PTZ, thermal, etc.), recording systems (DVRs, NVRs), and related equipment, understanding of network connectivity, cabling standards, and power requirements for surveillance systems, ability to troubleshoot and resolve common system issues, including camera malfunctions, network connectivity problems, and recording failures, familiarity with relevant electrical codes, safety regulations, and industry best practices for installation and maintenance, knowledge of physical security principles and best practices related to camera placement and system protection, and familiarity with WizeNet Wave software and its associated applications on a Government installation. 
    • Required Experience: Any professional experience relating to the physical installation, configuration, testing, and ongoing maintenance of surveillance systems, including cameras, recording devices, network infrastructure, and supporting hardware, and professional experience ensuring systems operate effectively and reliably to meet security requirements. This includes professional experience designing, implementing, and maintaining secure network infrastructure for transmitting and storing surveillance data, ensuring the confidentiality, integrity, and availability of video streams, and developing, implementing, and maintaining video analytics and artificial intelligence (AI) solutions for surveillance systems.
    • Recent, in regard to required experience and relevant trainings, is defined as occurring within the last 4 calendar years from the date of posting of this solicitation. 
    • Warranty, must clearly show 5-year coverage; may be from manufacturer or system integrator

    INSTRUCTIONS TO OFFERORS:

    Offerors shall comply with FAR 52.212-1 Instructions to Offerors – Commercial Products and Commercial Services (Sep 2023)

    FAR 52.212-1 is hereby tailored as follows:

    1. Any inconsistency between FAR Provision 52.212-1 and the Addendum to FAR 52.212-1 shall be solved by giving precedence to the Addendum to FAR 52.212-1.
    2. After receipt of quotes the Government may, with or without notice, negotiate with and, if desired, seek quote revisions from as many or as few quoters as it, in its discretion, deems appropriate.
    3. The term “offeror” or “offer” as used in FAR 52.212-1 shall be understood to mean “quoter” and “quote,” respectively. Further, the term “award” shall be understood to describe the Government’s issuance of an order.
    4. The Government will consider all quotes that are timely received and may consider late quotes. Failure of a quote to address any items required in the submission package may make a quote unacceptable, therefore, unawardable.
    5. Paragraph (b) of FAR Provision 52.212-1, Submission of Offers, is amended as follows:

    EVALUATION:

    ADDENDUM TO FAR 52.212-2 EVALUATION—COMMERCIAL ITEMS (Nov 2021)

    Paragraph (a) is hereby replaced with the following:

    The Government intends to award a contract resulting from this solicitation to the responsible offeror whose proposal, conforming to the solicitation, represents the best value to the Government considering factors beyond price alone. Quotes that do not include all requested information in FAR 52.212-1 will be considered nonresponsive. A trade-off process, as described in FAR 15.101-1, will be employed to evaluate offers, allowing for the selection of a higher-priced proposal that demonstrably offers superior technical merit and overall benefit to the Government. The following factor(s) shall be used to evaluate offers:

    1. Technical Capability: items meet the Government requirement/specifications IAW Attachment 2 – Performance Work Statement, showcasing relevant trainings and experience, offeror resume shall include at a minimum 2 years of relevant trainings and required experience. If all requested information is not provided or does not meet the requirements identified, the Government will determine the quote to be nonresponsive.

    The technical proposal shall include the Statement of Understanding of Attachment 3 - Performance Work Statement, its requirements, specifications, and means to complete the project. This will be rated on an acceptable vs. non-acceptable basis.

    2. Relevant Past Experience (3 similar projects): Provide detailed information demonstrating your recent (as defined in the solicitation) and relevant experience in performing similar work with WizeNet Wave VMS. This is a critical factor.

    3. Relevant Training (formal or on-the-job): Provide detailed information demonstrating your recent (as defined in the solicitation) and relevant training related to the required services/products. 

    4. Price:

    1. The Government will evaluate quotes for acceptability and will rank the quotes by the non-price factors described above. If the Government receives fewer than three (3) quotes, all quotes will be evaluated for Technical Acceptability. If the Government receives three (3) or more quotes, the Government will only select the three (3) lowest priced quotes to evaluate for Technical Acceptability. The Government reserves the right to evaluate additional quotes for technical acceptability if it is in the Government’s best interest to do so.
    2. Price will be evaluated to ensure fair and reasonable pricing. A price is reasonable if, in its nature and amount, it does not exceed that which would be incurred by a prudent person in the conduct of competitive business. The Government may use various price analysis techniques and procedures to ensure a fair and reasonable price. Some of those techniques are, but not limited to, comparison of quoted prices received in response to the solicitation and/or comparison of quoted prices with the Independent Government Estimate. Prices must be determined to be fair and reasonable.
    3. No additional information from the offeror will be required if the price is based on adequate price competition. In the event adequate price competition does not exist, the Contracting Officer will obtain information from the offeror to the extent required to determine the reasonableness of the offered prices.

    Offerors should note that the combined assessment of past experience and training will be considered significantly more important than cost or price in the evaluation. The contract will be awarded to the offeror achieving the highest overall rating, reflecting the Government's emphasis on demonstrated competence and expertise, while ensuring that proposed pricing remains competitive and reasonable.

    SUBMISSION REQUIREMENTS:

    1. Completed copy of Attachment 1 – Offeror Response Form
    2. Completed copy of Attachment 3 – Statement of Understanding - Performance Work Statement
    3. Three (3) examples (similar projects) describing company past experience from the last 4 years involving installation and configuration of surveillance systems (WizeNet Wave) to include point of contacts if a non-governmental contract. Offerors failing to provide documentation detailing 3 examples of past experience with WizeNet Wave Video Management System (VMS) may be considered non-responsive.
    4. Proof of a minimum of 2 years of recent required experience and recent relevant training, as defined at the end of this solicitation to include surveillance camera installation/configuration with WizeNet Wave VMS.
    5. Warranty documentation (e.g., manufacturer warranty sheet, integrator statement confirming 5-year coverage) in accordance with section 9 of the Performance Work Statement.
    6. Specifications/data sheets for any equipment or technology to be installed/provided
    7. Firm Fixed Pricing to include Unit Price, Extended Price, and Total Price in accordance with the CLIN structure (Price must include ALL work outlined within the PWS)
    8. Discount Terms (if applicable)

    Electronic submissions only: Email attachments cannot exceed 9 megabytes (MB) due to the Government’s email system restrictions. DO NOT SEND ZIPPED files as the Government’s network will remove all zipped files.  Telephone inquiries will NOT be entertained.

    Quotes shall be limited to no more than ten (10) pages, single spaced, and 12 font size minimum. This page limitation does not include the completed copy of Attachment 1 - Offeror Response Form, completed copy of Attachment 3 - Statement of Understanding - Performance Work Statement, or any specification or data sheets. The Government prefers that your firm submits its quote in Microsoft Word, Adobe Acrobat, or a combination of the two and the document(s) must be searchable. 

    QUOTES:

    Responses/quotes MUST be received no later than Wednesday, July 23, 2025 at 2:00 PM MDT (Mountain Daylight Time) in order to be considered timely. Forward responses by e-mail to:

    • Contracting Officer, Patrick C. Enriquez (patrick.enriquez.4@us.af.mil).
    • Contract Specialist, Brandon R. Bartlett (brandon.bartlett.2@us.af.mil) 

    Key dates

    1. July 18, 2025Posted Date
    2. July 24, 2025Proposals / Responses Due

    AI search tags

    Frequently asked questions

    PKB CONFINEMENT CAMERA SYSTEM (COMMODITY) 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.