Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 06, 2026 SAM #8838
SOURCES SOUGHT

99 -- Alarm Monitoring & Dispatch, and On-site Security

Notice Date
2/4/2026 8:14:19 AM
 
Notice Type
Sources Sought
 
NAICS
561621 — Security Systems Services (except Locksmiths)
 
Contracting Office
FA8604 AFLCMC PZI WRIGHT PATTERSON AFB OH 45433-7228 USA
 
ZIP Code
45433-7228
 
Solicitation Number
02042026AlarmMonitoring
 
Response Due
2/11/2016 8:00:00 AM
 
Archive Date
02/26/2016
 
Point of Contact
Matthew Corey, Shannon Scott
 
E-Mail Address
matthew.corey.2@us.af.mil, shannon.scott.4@us.af.mil
(matthew.corey.2@us.af.mil, shannon.scott.4@us.af.mil)
 
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.
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/ae459f925b514f3097bb7146facc72d9/view)
 
Place of Performance
Address: Miamisburg, OH 45342, USA
Zip Code: 45342
Country: USA
 
Record
SN07705223-F 20260206/260204230039 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2026, Loren Data Corp.