Access Control System PR Army National Guard, USPFO Bldgs. (s) 541, 769 & 770

SOL #: W912LR26QA011Combined Synopsis/Solicitation

Overview

Buyer

DEPT OF DEFENSE
Dept Of The Army
W7PA USPFO ACTIVITY PR ARNG
FORT BUCHANAN, PR, 00934, United States

Place of Performance

Fort Buchanan, PR

NAICS

Security Systems Services (except Locksmiths) (561621)

PSC

Communications Security Equipment And Components (5810)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)

Timeline

1
Posted
Mar 6, 2026
2
Last Updated
Mar 13, 2026
3
Submission Deadline
Mar 27, 2026, 3:00 PM

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 Department of the Army, through the W7PA USPFO ACTIVITY PR ARNG, is soliciting quotes for the supply, installation, and configuration of an Access Control System (ACS). This project involves installing eleven (11) CAC reader units at PRARNG facilities, specifically Buildings 541, 769, and 770, located at Fort Buchanan and Camp Santiago Joint Training Center in Puerto Rico. This is a 100% Small Business Set-Aside opportunity, with a Firm-Fixed Price (FFP) contract anticipated. Offers are due by March 27, 2026, at 11:00 AM EST.

Scope of Work

The contractor will provide all personnel, equipment, tools, materials, supervision, and quality control necessary for the ACS installation. Key requirements include:

  • System Components: Supply and install AMAG Access Control Panels, software, power supplies, batteries, and HID PIV card readers with keypads at all specified doors.
  • Software: Provide reporting and management software compatible with Windows 11 Enterprise, capable of supporting at least 100 devices/readers, and configured to read all Government-issued cards.
  • Functionality: The ACS must provide two-factor authentication (CAC + PIN) and comply with FIPS 201, current version 3. It must also be linked to the Fire Alarm system for override.
  • Infrastructure: Install door hardware and conduit as needed, and repair any alterations to drywall infrastructure.
  • Existing Systems: Remove and return existing Biometric ACS and entry systems to the Government.
  • Performance: The system must perform at 100% availability, with service calls requiring a response time of less than 96 hours within the warranty period.

Contract Details

  • Type: Combined Synopsis/Solicitation (RFQ) for Commercial Items (FAR Part 12, Simplified Acquisition Procedures).
  • Contract Vehicle: One (1) Firm-Fixed Price (FFP) contract.
  • NAICS: 561621 (Security Systems Services, $25M size standard).
  • Set-Aside: Total Small Business Set-Aside (FAR 19.5).
  • Period of Performance: 120 calendar days for completion and configuration of the ACS, including material arrival and acceptance, from the notice to proceed.

Key Dates & Site Visit

  • Site Visit: March 12, 2026, at 9:30 AM at Ft. Buchanan (Bldg 541) and 12:30 PM at Camp Santiago. Registration is mandatory; email required attendee information (firm name, visitor name, SSN, Real ID copy, DOB, citizenship) to Angel F. Solis (angel.solis.2@us.af.mil) by March 10, 2026, 2:00 PM EST.
  • Questions Due: March 17, 2026, 2:00 PM EST. Submit questions via email to angel.solis.2@us.af.mil with the subject line: REFERENCE NO. SOLICITATION W912LR26QA011.
  • Government Responses: Around March 24, 2026, 4:00 PM EST.
  • Offers Due: March 27, 2026, 11:00 AM EST.

Evaluation & Submission Requirements

Award will be made to the lowest priced quote that fulfills all Government specifications. Quotes failing to meet all terms, conditions, line-item descriptions, and attachments may not be evaluated. Offerors are encouraged to submit their most advantageous pricing in their initial response, as award may be made without discussions. All prospective offerors must have a CAGE code or UEI and be registered in SAM.gov prior to award.

Contact Information

For inquiries, contact Angel F. Solis, Contract Specialist, at angel.solis.2@us.af.mil or 787-253-5238.

People

Points of Contact

Maj Rolando PerezSECONDARY

Files

Files

No files attached to this opportunity

Versions

Version 3
Combined Synopsis/Solicitation
Posted: Mar 13, 2026
View
Version 2
Combined Synopsis/Solicitation
Posted: Mar 9, 2026
View
Version 1Viewing
Combined Synopsis/Solicitation
Posted: Mar 6, 2026