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 Mission and Installation Contracting Command – Fort Jackson, SC is soliciting proposals for the installation of an Intercom/Public Announcement and Video Surveillance System at the Clothing Initial Issue Point (CIIP), Building 1776, Fort Jackson, SC. This requirement is a 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside. The anticipated contract type is Firm Fixed-Price (FFP), with an estimated performance period of 60 days after award. Proposals are due March 17, 2026, at 10:00 AM EST.
Scope of Work
The contractor shall provide all labor and materials to install and configure the Intercom, Public Announcement, and Video Surveillance systems. This includes running all necessary cabling, power, connections, system configuration, and providing training. The scope also covers daily trash and debris removal. No wireless devices are permitted, and systems must be integrated and compatible with perpetual software licenses.
Key Requirements
Specific equipment includes Axis Audio Manager Pro, various Axis Network Video Door Stations, Paging Consoles, IP Ceiling and Horn Speakers, and Network Display Speakers for the Intercom/PA system. The Video Surveillance system requires Rack Solutions Servers, Client Workstations, 4K Monitors, PoE+ Network Switches, Fiber Optic Cable, and various Axis IP Cameras (Fixed IR WDR, Panoramic Fisheye, Dome). All cabling specified is Cat 6 Plenum UTP GRN. Detailed floor plans (Attachment 1 & 2) illustrate device and camera placements.
Contract & Timeline
- Contract Type: Firm Fixed-Price (FFP) single award
- Period of Performance: 60 days after award (anticipated April 1, 2026, to April 30, 2026, for installation services)
- Set-Aside: 100% Service-Disabled Veteran-Owned Small Business (SDVOSB)
- NAICS Code: 561621, Security Systems Services (except Locksmiths), with a $25 million size standard
- Proposal Due: March 17, 2026, 10:00 AM EST
- Questions Due: March 5, 2026, 10:00 AM EST
- Published Date: February 26, 2026
Evaluation
Award will be made to the responsible Lowest Price Technically Acceptable (LPTA) vendor. Evaluation factors include:
- Factor 1: Technical Capabilities
- Factor 2: Price
- Factor 3: Past Performance
Special Requirements & Site Visit
- Site Visit: March 3, 2026, 9:00 AM EST, at Building 1776, Fort Jackson, SC. RSVP by March 2, 2026, 10:00 AM EST, to Jessica Jackson (jessica.l.jackson1.civ@army.mil) and Tequlia Holmes (tequlia.d.holmes.civ@army.mil).
- Vetting Policy: Contractor personnel must comply with the Fort Jackson Contractor Vetting Policy, including background checks, badging, and participation in the ICE IMAGE program (highly desired).
- Quality Control Plan (QCP): Contractor must submit a QCP within 30 days of award.
- Training: Anti-Terrorism (AT) Level I training required within 30 days of award.
- Warranty: 5-year manufacturer warranty for hardware; 1-year installation and materials warranty.
Submission Details
Proposals must be submitted electronically to Jessica Jackson (jessica.l.jackson1.civ@army.mil) and Tequlia Holmes (tequlia.d.holmes.civ@army.mil). Offerors must be registered in SAM.gov and ensure proposals are valid for 60 days after the solicitation's expiration.