Installation and Maintenance of Electronic Security Systems
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 Naval Air Station Patuxent River, MD, is conducting a Sources Sought for the installation and maintenance of Electronic Security Systems (ESS) across approximately 300 locations at the Patuxent River Complex, Webster Field, and Solomons Annexes. This market research aims to identify potential and eligible firms, of all sizes, to determine the acquisition method and potential Small Business Set-Aside opportunities. Responses are due by April 10, 2026, at 12:00 PM EST.
Scope of Work
The requirement involves the maintenance and installation of Intrusion Detection, Fire Alarm Communication, Card Access, and Closed Circuit Television (CCTV) systems. The Draft Performance Work Statement (PWS) details specific tasks including:
- Installation and maintenance of various ESS components.
- Interfacing all installed equipment with the monitoring station at Building 2184.
- Conducting semi-annual preventative maintenance tests and inspections.
- Providing four-hour emergency response for communication loss and 24-hour non-emergency response for individual sensors/equipment.
- Performing repairs with an on-call, qualified computer-based service technician.
- Installing additional equipment as specified in task orders, including cost estimates and SOWs for new installations.
- Providing a qualified Program Manager.
Contract & Timeline
- Type: Sources Sought (anticipates a Single Award IDIQ, Firm Fixed Price contract for labor and material).
- NAICS: 561621, Security Systems Services (except Locksmiths), with a $25M Small Business Size Standard.
- Product Service Code: N063.
- Incumbent: Johnson Controls Building Automation Systems (JCI), Contract N0042122D0099, ending August 31, 2027. The current system is proprietary to JCI, which retains data rights.
- Estimated Draft RFP Release: May 8, 2026
- Estimated Final RFP Release: May 15, 2026
- Estimated Award Date: September 30, 2026
- Period of Performance: September 30, 2026 – October 10, 2031.
- Response Due: April 10, 2026, 12:00 PM EST.
Special Requirements & Eligibility
- Contractor personnel must maintain security clearance eligibility up to Secret, with a safeguarding level of Top Secret.
- Compliance with Federal Specifications, DoD, and Navy Physical Security directives.
- Contractor must be listed and authorized to install IDS and licensed by the state of Maryland.
- Respondents must address how they intend to support the requirement given the proprietary nature of the existing JCI system.
- Businesses of all sizes are encouraged to respond and must clearly identify their business size.
Submission Requirements
Interested parties should submit a capabilities statement addressing:
- Past performance on similar requirements.
- Experience managing tasks of this nature and subcontractor teams.
- Intended management approach, company profile (employees, revenue, locations, UIE), and staffing plan.
- Ability to meet facility and safeguarding requirements.
- How they will support the proprietary JCI system.
Statements are limited to ten 8.5 x 11 inch pages, using Times New Roman font (not less than 10pt), and must be submitted via email to Contract Specialist Ashley Graves at ashley.d.graves4.civ@us.navy.mil. No classified information or phone calls will be accepted. All questions must be submitted via email. Responses should include company name, address, business size, and points of contact.