Physical Access Control System (PACS) and Intrusion Detection System (IDS) Upgrade
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 United States Army Signal Activity (USASA)-Belvoir is soliciting proposals for a Physical Access Control System (PACS) and Intrusion Detection System (IDS) Upgrade. This is a Total Small Business Set-Aside for a full-scope, turnkey solution to replace, install, configure, and commission existing PACS/IDS, requiring an NC3 environment rating and compliance with all DoD, Federal, and Army regulations. Proposals are due April 24, 2026, at 09:00 AM Arizona Time.
Scope of Work
This contract requires a non-personnel services solution for the replacement and upgrade of PACS and IDS at USASA Ft. Belvoir – Earth Terminal Complex. Key tasks include:
- Installation, reconfiguration, and testing of a turn-key Stand Alone Security Management System (SMS) DAQ Access Control System (ACS).
- Covering twelve (12) doors with magnetic locks (1800lbs external, 1200lbs internal).
- Installation of CAC/PIV compatible Proximity Card Readers (FIPS-201, HSPD-12 compliant).
- Decommissioning and removal of legacy hardware.
- Installation of new control panels, servers, workstations, readers, door hardware, intrusion sensors, and cabling.
- Configuration and integration into a single, seamless security platform.
- Commissioning, exhaustive system testing, and comprehensive training for administrators/operators.
- Delivery of complete system documentation, including as-built drawings.
- One (1) year of technical support after installation, with a 24-hour response time.
Contract Details
- Contract Type: Firm Fixed Price (FFP) commercial service contract.
- Duration: One (1) base year for installation (within 120 days of award) plus three (3) option years for maintenance services, and an option to extend services for 6 months.
- Set-Aside: Total Small Business Set-Aside (FAR 19.5).
- NAICS Code: 561621 (Security Systems Services), Size Standard: $25.0 Million.
- Place of Performance: USASA Ft. Belvoir – Earth Terminal Complex, 8575 John J. Kingman Rd., Building 2310, Fort Belvoir, VA 22060.
Submission & Evaluation
- Submission: Quotes must be submitted electronically via email to felisa.m.cope.civ@army.mil.
- Required Documents: Complete blocks 17a, 30a, 30b, 30c on the SF1449; include all pricing and applicable taxes on CLINs; provide delivery lead-time; and include a detailed breakdown/narrative of the proposed solution.
- Equipment: Must be