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