Cyberlock Expansion Project
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 U.S. Department of Commerce, National Institute of Standards and Technology (NIST) is conducting a Sources Sought / Request for Information (RFI) for a Cyberlock Expansion Project and related services. This market research aims to identify qualified small and other than small businesses capable of providing a Cyberlock System and associated services for a potential single-award Indefinite Delivery/Indefinite Quantity (IDIQ) contract. Responses are due by March 24, 2026, at 2:00 PM MST.
Scope of Work
The anticipated IDIQ contract will support the Security Systems and Access Control Groups (SSACG) Cyberlock Program at the NIST campus. Services outlined in the draft Performance Work Statement (PWS) include:
- Providing, supporting, and maintaining Cyberlock software and hardware systems.
- Conducting site surveys, removing existing locksets, and modifying doors for new installations.
- Performing cylinder changes and configuring/integrating Cyberlock software.
- Installing, commissioning, and adding Cyberlocks to the system.
Contract & Timeline
- Type: Sources Sought / Request for Information (RFI)
- Anticipated Contract Type: Single-award IDIQ
- Anticipated Duration: One base year plus four 1-year option periods, with a potential 6-month extension.
- Set-Aside: None specified (market research for small and other than small businesses).
- Response Due: March 24, 2026, 2:00 PM MST
- Published: March 12, 2026
- Place of Performance: Boulder, CO
Information Requested from Industry
NIST invites industry sources to review the draft PWS and submit responses containing:
- Cover page with company details (UEI, name, address, website, POC, NAICS 325120 size status, SAM.gov registration).
- Suggestions for improving the draft PWS for clarity and competitiveness.
- Suggested evaluation factors for award.
- Standard commercial pricing information (if available).
- An estimate for draft PWS requirements (optional, not a proposal).
- Details on the company's safety program.
- Compliance with U.S. Department of Transportation and other regulations.
- Experience with high-purity standards.
- Capability to monitor liquid tank levels remotely.
- Small business compliance with FAR clause 52.219-14, Limitations on Subcontracting (if applicable).
- Information on GSA Multiple Award Schedule or other federal contracts.
Special Requirements & Notes
- All work must comply with FIPS and HSPD-12. Contractor personnel require specific certifications (RS2 Reseller, ASSA ABLOY Authorized Channel Partner, Secret level Security Clearance).
- Hardware must be TAA and/or NDAA compliant. Specific brand names are mentioned (RS2 Access It!, HID SAFE, ASSA ABLOY IN-Series, Cisco C9300-48U-A).
- Contractors must be located within the Mountain West/Colorado area, as no travel costs will be reimbursed.
- This is for market research only and does not constitute a solicitation or commitment to award a contract. Proprietary information should not be included in responses.
Contact Information
- Primary Contact: Lia M Arthofer
- Email: lia.arthofer@nist.gov