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 market research to identify qualified firms 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 notice aims to determine potential Small Business Set-Aside opportunities. Responses are due by 12:00 PM EST on April 10, 2026.
Scope of Work
The requirement involves the installation and maintenance of Intrusion Detection Systems (IDS), Fire Alarm Communication, Card Access, and Closed Circuit Television (CCTV) systems. Key tasks include semi-annual preventative maintenance, a four-hour emergency response for communication loss, a 24-hour non-emergency response for equipment issues, and repairs by qualified technicians. All installed equipment must interface with the monitoring station at Building 2184. New installations will be specified via task orders.
Contract & Timeline
- Type: Sources Sought (anticipates a Single Award IDIQ, Firm Fixed Price for labor and material)
- NAICS: 561621, Security Systems Services (except Locksmiths) with a $25M size standard
- PSC: N063, Installation Of Equipment: Alarm, Signal, And Security Detection Systems
- Incumbent: Johnson Controls Building Automation Systems (JCI), Contract N0042122D0099, ending August 31, 2027. JCI holds proprietary data rights for the existing system.
- Anticipated Timeline:
- 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
- Place of Performance: Naval Air Station Patuxent River Complex, Webster Field Annex, and Naval Recreation Center Solomons Annex, MD.
Set-Aside
No set-aside is designated for this Sources Sought; market research will be used to determine if any Small Business Set-Aside opportunities exist. The previous contract was designated "Other than Full and Open."
Submission Requirements
Interested parties should submit a capabilities statement addressing past work, management experience (including subcontractors), management approach, company profile (employees, revenue, UIE), staffing plan, ability to meet facility/safeguarding requirements, and how they intend to support the requirement given the incumbent's proprietary data rights. Respondents must also indicate their business size (Small, SDB, WOSB, HUBZone, SDVOSB).
- Format: Ten (10) 8.5 x 11 inch pages, Times New Roman font (not less than 10 point).
- Delivery: Electronic-mail to Contract Specialist Ashley Graves at ashley.d.graves4.civ@us.navy.mil.
- Response Due: 12:00 PM EST on April 10, 2026.
- Special Requirements: Contractor personnel must maintain security clearance eligibility up to Secret (safeguarding Top Secret), comply with OPSEC, and be licensed by the state of Maryland for IDS installation. A standard commercial warranty (minimum one year) for new equipment is required.
Additional Notes
This is a follow-on requirement and is not subject to bundling or consolidation. No classified information should be submitted. All questions must be submitted via email to the Contract Specialist.