Installation, Maintenance, and Service of Closed Circuit TV
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. Army Fort Leonard Wood, MO, is conducting a Sources Sought Notice to identify interested and capable firms for Installation, Maintenance, and Service of Closed Circuit TV (CCTV) systems. This market research aims to gather information for a potential future requirement for semi-annual scheduled maintenance and unscheduled repair services. Responses are due February 6, 2026.
Scope of Work
The requirement involves the installation, maintenance, and service of CCTV systems at Fort Leonard Wood, MO. This includes semi-annual scheduled maintenance and unscheduled service calls for repairs. The attached draft Performance Work Statement (PWS) details the need for preventative maintenance, repairs, and responses to Service Orders for installation, repair, or replacement of CCTV equipment, support structures, and networking equipment. Contractor personnel must possess proficient knowledge of CCTV equipment, software, and firmware, and adhere to specific performance standards, security requirements, and training.
Contract & Timeline
- Type: Sources Sought (Market Research). Anticipated contract type, if solicited, is Firm-Fixed Price.
- Duration: Anticipated one (1) twelve-month base year with four (4) year-long option periods.
- Set-Aside: Not specified at this market research stage; all businesses (including 8(a), SDB, HUBZone, SDVOSB, WOSB) are encouraged to respond to identify capabilities. If a Small-Business Set-Aside is applied, the prime must perform at least 50% of the work.
- NAICS Code: 561621; Security Systems Services (except Locksmiths) with a Size Standard of $25 million.
- Response Due: February 6, 2026, 10:00 PM EST.
- Published: January 5, 2026.
Submission Requirements
Interested parties should provide:
- Firm's name, point of contact, phone, email, UEI, CAGE, and NAICS.
- Indication of interest as a prime contractor, including any subcontracting, joint venture, or teaming arrangements.
- Details on past experience managing subcontractor teams.
- Explanation of ability to perform at least 50% of tasks under a potential Small-Business Set-Aside.
- Detailed information on previous experience with similar requirements (size, scope, complexity, timeframe, certifications).
- Information to determine commercial availability of services, including pricing, delivery schedules, and terms.
Additional Notes
This is solely for information and planning purposes and does not constitute a solicitation or promise to issue one. The Government is not seeking quotes or proposals at this time and will not pay for information submitted. Potential offerors are responsible for monitoring the Governmentwide Point of Entry for any future solicitations. No phone calls will be accepted; all questions and responses must be emailed to the specified contact.