LRC CIIP Intercom/PA and Video Surveillance Install
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 Department of the Army's Mission and Installation Contracting Command – Fort Jackson, SC, is soliciting proposals for the LRC CIIP Intercom/PA and Video Surveillance Install. This requirement involves installing and configuring comprehensive intercom, public announcement (PA), and video surveillance systems at the Clothing Initial Issue Point (CIIP), Building 1776, Fort Jackson, SC. This acquisition is a 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside. Proposals are due March 19, 2026, at 10:00 AM EST.
Scope of Work
The contractor will provide all labor, materials, cabling, power, connections, configuration, and training for the new systems. Key deliverables include:
- Intercom and PA System: Installation of AXIS C7050 Mk III Audio Manager Pro (or equivalent) with network video door stations, paging consoles, and various speakers.
- Video Surveillance System: Installation of an AXIS Camera Station S1264 64TB Rack recording server (or equivalent), client workstations with 4K monitors, and various IP cameras (dome, panoramic, outdoor). The system must be self-contained without internet access.
- Infrastructure: Running all required Category 6 plenum-rated cabling, ensuring compliance with UFC 3-580-01, IAT C, ANSI/TIA standards, and national electric code. No wireless devices are permitted.
- Training: Provision of on-site training (minimum two 8-hour classes) and access to online training resources.
- Site Work: Removal of all trash and debris daily.
Contract Details
- Contract Type: Firm Fixed-Price (FFP) single award.
- NAICS Code: 561621, Security Systems Services (except Locksmiths), with a $25 million size standard.
- Period of Performance: Installation services are scheduled from April 1, 2026, through April 30, 2026. The overall contract period for CLIN 0003 (Installation and 5 Year Warranty) is from March 24, 2026, to July 25, 2026.
- Warranty: A 5-year manufacturer warranty for hardware and a 1-year contractor warranty for installation and materials are required.
Evaluation & Submission
Award will be made to the responsible Lowest Price Technically Acceptable (LPTA) vendor. Evaluation factors include Technical Capabilities, Price, and Past Performance. Technical capabilities will be assessed based on the System Capabilities Deliverable, Brand Name or Equal Compliance, Installation Plan, and Warranty Requirements. Proposals must be submitted electronically to Jessica Jackson (jessica.l.jackson1.civ@army.mil) and CC Tequlia D. Holmes (tequlia.d.holmes.civ@army.mil) by March 19, 2026, at 10:00 AM EST.
Site Visits & Important Notes
Two site visits were scheduled: March 3, 2026, and March 4, 2026, at Building 1776, Fort Jackson, SC. Attendance was highly recommended. An RSVP was required for the additional site visit by July 4, 2026, 6:00 AM EST. Contractor personnel must undergo vetting, background checks, and complete Anti-Terrorism (AT) Level I Training. A Quality Control Plan (QCP) is due within 30 days of award, and a Work Plan within 10 days. Questions regarding the solicitation have been addressed in a Q&A document posted March 12, 2026. Offerors must be registered in the System for Award Management (SAM).