Access Control System (ACS) and Intrusion Control System (IDS) Install
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The US Special Operations Command (USSOCOM), through its HQ USASOC Contracting Office at Fort Bragg, NC, is conducting market research via a Request for Information (RFI) for the installation of an Access Control System (ACS) and Intrusion Control System (IDS). This RFI aims to identify capable sources for a complete and operational ACS/IDS at the USASOC Command Suite Temporary SCIF. While this is for planning purposes only and not a solicitation, the agency is gathering information on various business sizes, with a potential future solicitation being a Total Small Business Set-Aside. Responses are due by March 6, 2026, at 1:00 PM EST.
Scope of Work
The requirement is for the provision of all personnel, equipment, supplies, and services necessary to install a fully operational ACS and IDS. Key components include:
- Installation of a SCIF workstation, StarWatch ISIDS software, AMAG panel, card reader, and locking device interface.
- Integration of DAQ for the IDS component, including a SCIF workstation, software, and encrypted communication equipment.
- Addition of access control capabilities to the entry door of the USASOC Command Suite SCIF.
- Provision of manufacturer specifications and documentation for all installed equipment.
- Comprehensive system testing and verification, covering network cable performance, switch communication, badging management software, and individual components.
- Quarterly maintenance on the Electronic Security Systems (ESS) for the contract duration.
- On-site training for USASOC Command Team personnel on system operation, configuration, database functions, and backup/restore procedures.
Contract & Timeline
- Type: Request for Information (RFI) / Sources Sought (for market research)
- Anticipated NAICS: 561621 "Security Systems Services (except Locksmiths)" with a $25.0 million size standard.
- Potential Set-Aside: Total Small Business Set-Aside (FAR 19.5) for a future solicitation.
- Period of Performance (PWS): One (1) 4-month period.
- Place of Performance: USASOC Command Suite, E2929 Desert Storm Drive Stop A., Fort Bragg, NC 28310-0001.
- Response Due: March 6, 2026, 1:00 PM EST.
- Published: March 6, 2026.
Submission Requirements
Interested parties must submit a thorough narrative (max five pages) demonstrating corporate and personnel capabilities, and relevant past performance (similar size/scope within the last three years). Submissions must include:
- Company's full name, address, and Point of Contact.
- UEI number & CAGE code (GSA contract number and SIN, if applicable).
- Applicable NAICS and business size (large, small, 8(a), HUBZone, WOSB, SDVOSB, etc.).
- Affiliate information (parent company, JV partners, potential teaming partners) and company literature.
- Personnel must be U.S. citizens (unless approved), certified for DAQ Electronics security systems, and complete AT Level I and iWATCH training.
- Contractors must be registered in SAM.gov.
Additional Notes
This RFI is for market research only; it is not a solicitation and does not guarantee a future contract award. No reimbursement will be made for RFI responses. Information provided will not be used as part of any subsequent solicitation requirement, but will inform future acquisition strategy. No feedback will be provided on individual capability statements.