FA500026QCMRA
732 AMS Airfield CCTV Camera Upgrades
DEPT OF DEFENSE > DEPT OF THE AIR FORCE > PACIFIC AIR FORCES > FA5000 673 CONS LGC
Quick analysis
RFQ FA500026QCMRA is a Total Small Business set‑aside to deliver and install a 22‑camera CCTV upgrade at JBER, Alaska by 01‑Sep‑2026; evaluation is Price and Technical Acceptability (pass/fail vs Salient Characteristics).
Trace appears small under NAICS 334290 (size standard 800 employees vs Trace ~330), so eligibility is plausible; work aligns with Trace’s infrastructure and field services capabilities though outside core SATCOM/CDS lanes.
Technical requirements emphasize FIPS‑validated storage, NDAA/DFARS covered telecom compliance, arctic‑rated equipment, PoE power, and turnkey installation, commissioning, and training.
Competition likely includes local small security integrators; price sensitivity and Alaska logistics increase competitive pressure, but timeline is reasonable and teaming can mitigate on‑site execution risk.」「Partial COMBO extraction noted; attachments provide sufficient scope/requirements detail for initial assessment.
Scope summary
- Turnkey delivery and installation of a 22‑camera CCTV system at JBER, AK by 01‑Sep‑2026 (COMBO; Attachment 1).
- Conformance to Salient Characteristics and Building Schematics (Attachments 1 & 2).
- Cameras: mix of indoor surveillance, indoor panoramic/PTZ, and outdoor PTZ meeting MP/zoom/WDR/IR specs; arctic/environmental ratings and anti‑ice where required (Attachment 1).
- FIPS‑validated NVR with ≥64 TB usable storage supporting 30 days retention; export with timestamp/watermark (Attachment 1).
- VMS with per‑channel licensing, centralized management, RBAC, future expansion capacity (+50% cameras) (Attachment 1).
- PoE infrastructure: IEEE 802.3bt injectors; DoD‑authorized/approved PoE+ managed switches; adequate PoE budget (Attachment 1).
- Encrypted video streams; cybersecurity conformity including NDAA 889/covered telecom prohibitions (COMBO; Attachment 4).
- Arctic‑rated cabling/mounting hardware; high‑vibration rating for airfield poles (Attachment 1).
- Certified technicians; staging, configuration, testing, commissioning, documentation; admin training for 8 personnel (Attachment 1).
- Inclusion of delivery to JBER 99506, installation, warranty in the price; shipping included (Attachment 3).
Dimension scores
Adjacent IT/infrastructure integration with turnkey installation aligns with Trace’s Infrastructure & Cloud (enterprise networks, data center), Systems Engineering & Integration, and Field Services capabilities (company_profile). Requirements include PoE networking, FIPS‑validated NVR, VMS, commissioning, and training (Attachment 1), which Trace can reasonably deliver via integration. Not a core Starshield/CDS/JADC2 pursuit, so scored as adjacent fit per guidance.
Same agency family (Air Force) with relevant IT/communications past performance: USAFCENT Comms & IT (Prime), ABMS IDIQ (Air Force) (company_profile). While the mission is physical security/CCTV rather than SATCOM/JADC2, Air Force customer familiarity supports mid‑tier scoring per guidance (same agency, different mechanism/mission).
Open RFQ on SAM as a Total Small Business set‑aside; not restricted to a vehicle Trace lacks. Access does not rely on prime vehicle holdings (Scout: Combined synopsis/solicitation; Attachment 3 pricing as 1 Job).
Evaluation is price and technical acceptability (COMBO). CCTV upgrades are commonly served by local small integrators; no incumbent advantage or requirement for Trace differentiators (NSA TI, Starshield) is stated. Alaska logistics may favor local competitors. Hence a crowded/price‑driven field with limited differentiators.
Moderate risk. Logistics and on‑site installation at JBER, AK with arctic/environmental requirements (Attachment 1) and strict supply‑chain clauses (DFARS 252.204‑7018; Attachment 4) add complexity. Timeline to 01‑Sep‑2026 is reasonable; evaluation is pass/fail technical + price; no unusual clearance beyond PIV/base access indicated.
Incremental value: establishes/expands relationship with PACAF/673 CONS at JBER and could seed follow‑on facilities/security work, but does not advance core Starshield/CDS/JADC2 lanes. Limited broader strategic leverage.
Set‑aside: NAICS 334290 size standard is 800 employees (COMBO); Trace ~330 employees (company_profile), indicating small‑business eligibility for this NAICS. Other compliance items (SAM, PIV/base access, NDAA 889/covered telecom, Buy American) are addressable via solution/OEM selection and standard onboarding. No stated clearance barrier. Scored as generally compliant with minor execution dependencies.
Concerns
- Price‑driven LPTA‑like evaluation (Price + Technical Acceptability) increases competition sensitivity (COMBO).
- Alaska logistics and on‑base execution (JBER 99506) can increase cost and schedule risk, particularly for materials and travel (Attachment 3).
- Strict supply‑chain compliance (DFARS 252.204‑7018 covered telecom/Section 889) rules out certain OEMs; sourcing must be carefully controlled (Attachment 4).
- Environmental/arctic performance requirements (−40°F, anti‑ice, corrosion/wind resistance) constrain product selection and may affect lead times (Attachment 1).
- Need for DoD‑authorized PoE+ switches and FIPS‑validated storage narrows acceptable OEMs and may impact availability (Attachment 1).
- Short administrative windows (e.g., site visit preregistration) and base access/PIV requirements can delay mobilization if not planned (COMBO; Attachment 4).
- Potential ambiguity in metadata (city lists Eareckson AS while documents cite JBER) requires confirmation to avoid logistics misalignment (metadata vs COMBO/Attachments).
Teaming opportunities
- Local Alaska low‑voltage/cabling and lift‑equipment installer to execute pole/building camera mounts and runs under arctic conditions (Attachment 1, Attachment 2).
- CCTV/VMS/NVR OEM partner with FIPS‑validated storage and NDAA‑compliant camera lines; ensure 5‑year firmware/warranty terms (Attachment 1).
- Supplier with DoD‑authorized PoE+ managed switches and IEEE 802.3bt injectors meeting power budgets (Attachment 1).
- On‑base badging/PIV and safety compliance support for JBER to streamline access and commissioning (Attachment 4).
Competitive position
- Air Force customer familiarity and active USAF past performance reduce onboarding friction and risk (company_profile).
- DoD‑compliant solution stack: FIPS‑validated NVR, NDAA/DFARS‑compliant cameras/switches, and secure VMS with RBAC (Attachment 1; Attachment 4).
- Proven field services and integration capability in austere/harsh environments; ability to manage logistics to remote/OCONUS‑like locales (company_profile; Attachment 1 arctic needs).
- Turnkey delivery with training and documentation, enabling rapid acceptance and sustainment within 673 ABW/732 AMS ops (Attachment 1).
Bid/No bid factors
- Total Small Business Set‑Aside requires confirmation of small status under NAICS 334290; Trace appears to qualify but must verify formal SBA size representation (COMBO; company_profile).
- Covered telecom/Section 889 prohibitions and DFARS 252.204‑7018 bar certain camera/OEMs (e.g., PRC‑tied); inadvertent inclusion would be disqualifying (Attachment 4).
- Buy American/qualifying country clauses (DFARS 252.225‑7001/‑7002) may restrict sourcing and impact pricing/availability (Attachment 4).
- Potential nonmanufacturer rule applicability if the requirement is treated primarily as a supply buy; confirm to avoid compliance issues (not specified in extracts).
- Place‑of‑performance naming inconsistency (metadata cites Eareckson AS; documents cite JBER) needs clarification to prevent planning errors.
Documents
Download all
732 AMS Airfield CCTV Camera Upgrade COMBO.pdf
Download
Partially reviewed: Too large
Partial extraction (sections 1 & 2 of 3) of a combined synopsis/solicitation (RFQ FA500026QCMRA) for an Airfield CCTV Camera Upgrade at Joint Base Elmendorf-Richardson, AK. The RFQ is a total small business set-aside (NAICS 334290) requiring delivery, installation, and warranty for a closed-circuit flightline video system; performance completion required by 01 September 2026. Document references Salient Characteristics, Building Schematics, Pricing Schedule, and Provisions & Clauses as attachments; full attachments were not included in the selected extract (file marked partially reviewed / too_large).
- Solicitation type: Combined synopsis/solicitation (RFQ FA500026QCMRA) for commercial products/services (FAR Part 12).
- Set-aside: Total Small Business Set-Aside (SBA); NAICS 334290 (size standard 800 employees).
- Scope: Line Item 0001 — Closed Circuit Flightline Video System Upgrade; Government requires delivery, installation, and warranty to JBER, AK (FOB destination).
- Place & performance: Joint Base Elmendorf-Richardson (JBER), Alaska; delivery/installation must be completed by 01 September 2026.
- Key requirements: Quote must demonstrate conformity to Attachment 1 (Salient Characteristics) & Attachment 2 (Building Schematics); system must be FIPS/Section 889 NDAA-compliant.
- Procurement logistics: Quote due 14 April 2026 at 12:00 PM (Alaska); vendor must be registered in SAM to be considered; price held firm for 60 calendar days.
- Evaluation: Award to responsible vendor whose quote is most advantageous — evaluation factors are Price and Technical Acceptability (technical is pass/fail against Attachments 1 & 2).
- Site visit: Scheduled 7 April 2026 at 10:00 AM Alaska (pre-registration required by 6 April 2026 1:00 PM to named POCs).
- Quote contents: Technical part must itemize all parts (Brand/Item Name, Part Number, Item Price, Quantity, Extended Price); pricing to use Attachment 3 Pricing Schedule.
- Administrative: Incorporates FAR 52.212-1/2/4 clauses; Government may cancel RFQ; no contract financing; invoicing per Prompt Payment Act.
- Document limitation: Extract is partial (sections 1 & 2) due to large file; attachments that likely contain camera counts, detailed specs, building schematics, and pricing template were not included in the extracted sections.
Attachment 1 - 732 AMS CCTV Salient Characteristics.pdf
Download
Salient characteristics and minimum technical requirements for a 22-camera surveillance upgrade supporting 732 AMS flightline, ramps, and a freight warehouse at JBER (cameras on airfield poles and buildings 15380, 15431, 15510, 10364). The document specifies exact camera counts and performance (indoor/outdoor, PTZ/panoramic, resolution, zoom, IR range), network, power, storage (FIPS-validated NVR, 64TB usable), VMS, installation, environmental/hardening, sustainment (5-year firmware/parts warranty/support), training, and a hard completion date of 01-September-2026.
- Place of performance: JBER (Eareckson AS), cameras on airfield poles and Buildings 15380 (Rm 202), 15431, 15510, 10364.
- Scope: 22 total cameras specified (listed as 4 indoor surveillance, 6 indoor panoramic/PTZ, 12 outdoor PTZ).
- Technical: Indoor cameras min 5.0 MP with 32x optical zoom; indoor panoramic/PTZ min 8.0 MP, 32x zoom, 360° FOV; outdoor PTZ min 8 MP, 36x zoom, integrated illumination, day/night, low-light, -40°F to +122°F rating, wind/corrosion resistance, anti-ice heater.
- Network/storage: FIPS-validated NVR, min 64 TB usable, supports 30 days continuous recording at camera resolution, Windows Server compatibility, export MP4/AVI, timestamp/watermarking for evidentiary use.
- Cyber/Software: VMS with per-channel licensing, centralized management, role-based access control, future expansion support, 5-year firmware updates and 5-year manufacturer warranty.
- Power/PoE: 22 PoE injectors compliant with IEEE 802.3bt (90W) single-port high-power; PoE+ managed switches DISA-approved/DoD-authorized; minimum 24 PoE ports and total PoE budget to support devices.
- Cabling/environment: CAT5e minimum for camera runs; outside cables rated for arctic conditions (-40°F min); mounting hardware and accessories rated for high-vibration environments.
- Installation/Services: Certified technicians required; includes physical installation, staging, configuration, programming, testing, full system commissioning, administrator training for 8 people, and technical support during commissioning.
- Capacity & sustainment constraints: System must support a minimum 50% additional camera capacity; replacement components commercially available for at least 5 years.
- Schedule constraint: Project must be fully installed and operational prior to 01-September-2026 (hard deadline).
- Compliance: Storage must be FIPS-validated and system must support encrypted video streams and centralized management (DoD cybersecurity emphasis).
- Deliverables: Rack-mountable NVR, per-channel VMS licenses, PoE infrastructure, mounting hardware, Arctic-rated cabling, installer certification, documentation and training, 5-year firmware and manufacturer warranty.
Attachment 2 - Airfield CCTV Camera Upgrade Building Schematics.pdf
Download
Building-level schematic drawings for the CCTV upgrade showing target buildings (15380, 15431, 15510, and 10364) with floor references and camera annotations. The diagrams note camera types (PTZ and FIXED) and include numeric labels (e.g., '12' near Building15380 and '25TOAMCC' near Building10364); drawings are marked not to scale.
- Document title: Attachment 2 — Building Drawings (Drawings not to scale).
- Target buildings identified: 15380, 15431 (Maintenance Building), 15510 (JMC), and 10364 (Passenger Terminal).
- Camera types annotated: PTZ and FIXED (references appear on Building15380 and Building10364).
- Numeric labels present: '12' associated with Building15380 1st Floor (possible camera count/annotation).
- Label '25TOAMCC' appears near Building10364 (may reference monitor/AMCC or quantity; ambiguous in extraction).
- Floor-level placements indicated (1st Floor, 2nd Floor; enlarged second-floor detail for Building15380).
Attachment 3 - Airfield CCTV Camera Upgrade Pricing Schedule print.pdf
Download
Pricing schedule for the Closed Circuit Flightline Video System Upgrade (Line Item 0001). Specifies the work is a single '1 Job' deliverable to JBER, Alaska (99506) and must include delivery, installation, and warranty; system must be installed and fully functional by 01 September 2026. Shipping costs must be included in unit prices and the form requires vendor signature and business-size indication.
- Scope: 'Closed Circuit Flightline Video System Upgrade' (Line Item 0001).
- Quantity/award format: 1 Job (single total-price line item).
- Place of performance / delivery: JBER, Alaska 99506 (shipping costs must be included in unit prices).
- Mandatory completion date: 'System must be installed and fully functional by 01 September 2026.'
- Includes: Delivery, Installation, and Warranty explicitly required.
- Administrative: vendor signature required; fields for Delivery Date, Net Terms, UEI/CAGE present.
- Vendors may provide additional time; quote-expiration date left blank on form.
- Business size checkbox present (small/large/WOSB/VOSB/other) — aligns with the solicitation's small-business set-aside.
Attachment 3 - Airfield CCTV Camera Upgrade Pricing Schedule.pdf
Download
Pricing schedule for a single line-item, turnkey Closed Circuit Flightline Video System Upgrade that must include delivery, installation, and warranty. The system must be installed and fully functional by 01 September 2026 and pricing must include shipping to JBER, Alaska (99506). The form requires vendor signature, UEI/CAGE, delivery date/net terms, and references separate Salient Characteristics for technical requirements.
- Scope: One line item (0001) — “Closed Circuit Flightline Video System Upgrade IAW Salient Characteristics”; priced as 1 Job (turnkey).
- Mandatory completion date: “System must be installed and fully functional by 01 September 2026.”
- Place of performance / delivery: JBER, Alaska 99506; shipping costs to JBER MUST be included in unit prices.
- Includes installation and warranty as part of the delivered job (contractor responsible for install + warranty).
- Pricing/administrative fields: Total price, delivery date (mandatory), UEI/CAGE, signatory required — indicates firm quote and signature binds terms.
- Vendor flexibility: Vendors may provide additional time at their discretion; quote-expires field is blank (expiration to be filled).
- References: Technical details delegated to separate “Salient Characteristics” and building schematics (implies need to review those docs for technical fit and exact scope).
- Set-aside cues: form includes business-size checkboxes; solicitation metadata indicates Total Small Business Set-Aside (relevant for teaming/eligibility).
Attachment 4 - Airfield CCTV Camera Upgrade Provisions Clauses.pdf
Download
Contract Attachment listing the applicable FAR/DFARS provisions and agency clauses for the CCTV camera upgrade solicitation (dated 30 March 2026). The list includes clauses on small-business set-aside, personnel vetting (PIV), SAM registration, prohibitions on covered telecommunications equipment, Buy American rules, electronic parts sourcing, contractor access to Air Force installations, payment/finance processes, and health & safety requirements—all indicating the compliance and procurement constraints bidders must meet.
- Document date: 30 March 2026 (attachment to solicitation).
- 52.219-6 Notice of Total Small Business Set-Aside appears, confirming small-business set-aside status at clause level.
- 52.204-9 Personal Identity Verification of Contractor Personnel — PIV/CAC likely required for personnel performing on-site.
- 52.204-7 / 52.204-13 SAM registration and maintenance clauses — offeror must be registered/maintain SAM.
- 252.204-7016 / 252.204-7017 / 252.204-7018 — Covered Defense Telecommunications equipment/services prohibitions and representations; supply-chain restrictions on certain vendors/components.
- 252.246-7008 Sources of Electronic Parts — requirement to control electronic parts sourcing applicable to camera/electronics procurement.
- 252.225-7001 / 252.225-7002 — Buy American / qualifying country source clauses affecting allowable product origins.
- DAFFARS 5352.242-9000 Contractor Access to Air Force Installations — suggests on-base access/clearances and base-specific procedures required.
- 252.204-7004 Antiterrorism Awareness Training for Contractors — training may be required for personnel assigned to the installation.
- DAFFARS 5352.223-9001 Health and Safety on Government Installations — health/safety compliance obligations for on-site work.
- 52.232-33 Payment by Electronic Funds Transfer and 252.232-7006 WAWF — payment and invoicing mechanisms specified.
- 52.244-6 Subcontracts for Commercial Products and Commercial Services — indicates commercial products acquisition flow and subcontracting rules.
- 52.249-1 Termination for Convenience (Fixed-Price) and 52.233-3/4 Protest/Applicable Law clauses — standard contract risk/administration provisions included.
- 52.240-90 / 52.240-91 Security Prohibitions and Exclusions — potential constraints on personnel/entities due to security exclusions/debarments.
Technical details
Entry: sync
Review status: Up to date
Logical upstream opportunity: 8704
Notice lineage:
- 468f17d5cf2040b0b7a0e711327bac30 (posted 2026-03-31) - current
Last synced: 2026-04-01T15:38:53.490087+00:00
Last analyzed: 2026-04-01T14:18:51.800966+00:00
Latest package fingerprint: 9929467b8610e96daae1799314933ade9ea1a1fff07eb0531546c9410478da77
Latest package notice: 468f17d5cf2040b0b7a0e711327bac30
Latest package documents: 6
Evidence limitations- 732 AMS Airfield CCTV Camera Upgrade COMBO.pdf: partially reviewed (too large)
- 2026-04-01T14:15:37.903763+00:00: 468f17d5cf2040b0b7a0e711327bac30 with 6 docs
Labels
Human notes
No human notes yet.