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 United States Army Special Operation Command (USASOC)-Contracting Office is conducting market research through a Request for Information (RFI) to identify sources capable of installing an Access Control System (ACS) and Intrusion Control System (IDS) at the USASOC Command Suite Temporary SCIF in Fort Bragg, NC. This is for planning purposes only and does not constitute a solicitation. Responses are due March 6, 2026.
Scope of Work
The requirement is for a complete and operational ACS and IDS, including:
- Installation of specific components: SCIF workstation, StarWatch ISIDS software, AMAG panel, card reader, locking device interface, and AMAG workstation.
- Addition of DAQ for the IDS component, including a SCIF workstation, software, and encrypted communication equipment.
- Integration of access control capabilities to the entry door of the USASOC Command Suite SCIF.
- Provision of manufacturer specifications and documentation for all installed equipment.
- 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 all contracted years.
- On-site training for USASOC Command Team personnel on system operation, configuration, database functions, card holder procedures, report generation, and backup/restore.
Contract & Timeline
- Type: Request for Information (RFI) / Sources Sought
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
- NAICS: 561621 "Security Systems Services (except Locksmiths)" with a $25.0 million size standard.
- Period of Performance (Anticipated): 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 Eastern Standard Time.
- Published: March 2, 2026.
Submission Requirements
Interested parties must submit a thorough narrative (max five pages) demonstrating:
- Corporate and personnel capabilities.
- Summary of relevant experience providing ACS and IDS installation.
- Company's full name, address, Point of Contact, UEI, CAGE code, GSA contract/SIN (if applicable), applicable NAICS, and business size.
- Affiliate information (parent company, joint venture partners, potential teaming partners).
- Past Performance information on Government contracts of similar size and scope within the past three (3) years.
Contractor personnel must have certification for DAQ Electronics security systems and familiarity with access control servers. All personnel must be U.S. citizens (unless approved) and complete AT Level I and iWATCH training. Contractors must be registered in SAM.gov.
Additional Notes
This RFI is for market research only; no contract will be awarded based on responses. No feedback will be provided, and no reimbursements will be made for response costs. Responses should be sent to Mr. Antonio Woodson at antonio.d.woodson.civ@socom.mil, referencing "H92239-26-Q-E006" and "Request for Information – Access Control System (ACS) and Intrusion Control System (IDS) Install" in the subject line.