Keys and Lock Cores for A-2 Master Key System – Fort Hood, Texas
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 Mission and Installation Contracting Command (MICC) Fort Hood, Texas, a component of the Department of the Army, is seeking qualified and experienced locksmith service providers for a Firm Fixed-Price Supply Contract. This opportunity is for the supply and delivery of a large quantity of lock cores and keys to expand an existing A-2 Master Key System at Fort Hood, Texas, specifically to restore key control for Building 18015. This is a Total Small Business Set-Aside. Quotations are due by May 13, 2026, at 1:00 PM Central Time.
Scope of Work
The contractor will provide all personnel, equipment, supplies, transportation, tools, materials, and supervision necessary to furnish and deliver precisely manufactured lock cores and keys. Work must be performed by licensed locksmiths. The primary objective is to restore and maintain physical security through an expanded master key system.
Key Requirements & Deliverables
- Lock Cores: 579 units, 7-pin, A-2 System, Satin Chrome finish. Attachment 1 provides a visual reference for the "BEST" brand cores required.
- Keys: 1,462 units, cut on J, K, and M keyways. This includes approximately 5 Change Keys per location and 12 Master/Control keys.
- Key Stamping: All keys must be stamped "U.S. GOVT. DO NOT DUPLICATE" on the reverse, with specific stamping for Building Code, room number, and Master/Control designation as detailed in Attachment 2.
- Documentation: A complete, printed copy of all bitting codes used must be provided.
- Licensing: Contractor must possess and maintain a valid State of Texas locksmith license.
- Security: Strict control and tracking of keys and bitting codes are required, including registered mail for sensitive information. Any compromised data must be reported immediately.
- Delivery: All items and the bitting code list must be delivered within 8-10 weeks of contract award to Fort Hood, TX.
- Quality Control: A Quality Control Plan (QCP) is required, ensuring no defects in cores or keys.
- Invoicing: Submit invoices via Wide Area Workflow (WAWF).
Contract Details
- Contract Type: Firm-Fixed-Price Supply Contract.
- Set-Aside: Total Small Business Set-Aside (FAR 19.5).
- NAICS Code: 561622 – Locksmiths, with a business size standard of $25M.
- Place of Performance: Fort Hood, TX.
Submission & Evaluation
- Evaluation Criteria: Lowest Price Technically Acceptable (LPTA), based on the vendor's ability to meet all equipment and service requirements outlined in the Statement of Work.
- Required Information: Company name, address, point of contact, phone, email, CAGE code, proof of Texas locksmith license, relevant experience (especially government/military), capability statement, and socioeconomic status.
- Questions Due: May 12, 2026, 10:00 AM Central Time. Submit questions via email to SSG Garcia (david.j.garcia160.mil@army.mil) and Mr. Newson (marcellus.j.newson.civ@army.mil).
- Quotations Due: May 13, 2026, 1:00 PM Central Time.
- Award is intended without discussions, but may be held if deemed in the government's best interest.