Access Control Systems (ACS) Door Maintenance
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 Air Force, AFLCMC PZIO, is conducting market research through a Sources Sought notice for Access Control Systems (ACS) Door Maintenance services at Wright-Patterson Air Force Base, OH. This effort aims to identify capable sources for maintaining a Genetec-based ACS across 14 buildings, covering 328 access-controlled doors and 79 monitored-only doors. Responses are due March 19, 2026, at 12:00 PM Eastern Time.
Purpose
This Sources Sought is for information and planning purposes only, to identify potential sources with the expertise, capabilities, and experience to meet AFLCMC's requirements. The information gathered will assist the Air Force in determining the acquisition strategy, including potential set-aside decisions for small businesses. This is not a Request for Proposals/Quotes, and no contract will be awarded based on this notice.
Scope of Work
The requirement is for comprehensive maintenance services for the existing Genetec Security Center-Synergis system at the Acquisition Management Complex (AMC) and other outlying buildings. Services include:
- Quarterly Preventive Maintenance (PM): System diagnostics, hardware testing, software/firmware updates, and annual system health reports.
- Corrective Maintenance: Emergency, Urgent, and Routine service calls with defined response and on-site arrival times.
- Parts and Equipment Replacement: Procuring and installing compatible components (Veridt Stealth readers, Synergis Cloudlink/Mercury controllers).
- Ensuring compliance with federal regulations like HSPD-12 and FIPS-201.
Submission Requirements
Interested firms must submit a capabilities package (maximum 5 pages) demonstrating their ability to provide the required ACS maintenance. Responses should include:
- Company contact information, ownership, socio-economic status (e.g., small business, 8(a), HUBZone, SDVOSB, WOSB, EDWOSB), DUNS/CAGE Code.
- Detailed information on how small businesses would comply with FAR clause 52.219-14 (Limitations on Subcontracting).
- Capability survey questions covering manufacturing country, facility capabilities, staff composition, management structure, and past experience on similar projects.
- Confirmation of current Genetec certifications for technicians.
- Methodology for PM, corrective maintenance, parts procurement, and secure remote diagnostics.
Contract & Timeline
- Type: Sources Sought / Market Research
- Anticipated Contract Type: Blanket Purchase Agreement (BPA) or Indefinite Delivery, Indefinite Quantity (IDIQ) contract.
- Anticipated Duration: Base year + four (4) one-year option periods.
- NAICS Code: 561621 (Security Systems Services (except Locksmiths)) with a $25M small business size standard.
- Response Due: March 19, 2026, 12:00 PM Eastern Time.
- Published: March 4, 2026.
Set-Aside
No set-aside decision has been made. The government is seeking capabilities from all potential sources, including various small business categories, to determine if a small business set-aside is appropriate.
Key Requirements
- All personnel must possess current and valid Genetec certification.
- Adherence to applicable government and base cybersecurity policies (NIST standards).
- New hardware must be identical or fully compatible with existing Genetec, Veridt, and Mercury components.
Contact Information
Submissions and inquiries should be directed via email to Mr. Curtis Thomas (curtis.thomas.4@us.af.mil) and Ms. Raschelle Swindle (raschelle.swindle@us.af.mil). The email subject line must be "ACS Maintenance". All prospective contractors must be registered in SAM.gov.