Piedmont Fire and Security Monitoring System Install & Monthly Monitoring
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 Corps of Engineers, Wilmington District (USACE, SAW) is soliciting quotes for the installation and monthly monitoring of fire and security alarm systems at B.E. Jordan Dam & Lake and Falls Lake Dam in North Carolina. This is an unrestricted Request for Quote (RFQ), with proposals due by February 17, 2026, at 2:00 PM ET.
Scope of Work
The contractor will provide all labor, supplies, materials, equipment, and supervision to install and continuously monitor non-proprietary fire and security alarm systems. This includes Visitor Assistance Centers, Maintenance Shops, and Dam control towers at both B. Everett Jordan and Falls Lakes. Fire monitoring is not required at maintenance areas and control towers. Services encompass annual testing, monthly reporting of activated alarms, and annual cleaning/inspection of system components. All work must comply with local, state, federal regulations, and USACE EM 385-1-1 safety requirements. Pricing must be "All-Inclusive."
Contract Details
- Solicitation Type: Combined Synopsis/Solicitation, Request for Quote (RFQ)
- Contract Type: Firm Fixed Price (FFP)
- Duration: One base year (estimated March 1, 2026 - February 28, 2027) plus four one-year option periods.
- NAICS Code: 561621 (Security Guards and Patrol Services) with a $25M size standard.
- Set-Aside: Unrestricted, with a Notice of Price Evaluation Preference for HUBZone Small Business Concerns.
- CMMC Requirement: Cybersecurity Maturity Model Certification (CMMC) Level 1 is required prior to award, necessitating registration and requisite certification within the Supplier Performance Risk System (SPRS).
Submission & Evaluation
Offerors must submit both a Price Quote and a Technical Proposal electronically via email to rosalind.m.shoemaker@usace.army.mil and sonny.z.smith@usace.army.mil. Submissions must be in Adobe PDF format, 8.5 x 11 size, with no less than 10 pitch or 10 font. Award will be made to the lowest priced technically acceptable (LPTA) offer. Technical proposals will be rated Acceptable (A) or Unacceptable (U), with an "U" rating rendering the offer ineligible. Evaluation factors include Price, Technical Capability, and Past Performance, with technical and past performance being less important than price. Offerors must be registered in SAM and provide detailed specifications and 2-5 recent, relevant contracts.
Key Dates & Actions
- Quotes Due: February 17, 2026, at 2:00 PM ET.
- Site Visit: February 9, 2026, at 11:00 AM ET (B. Everett Jordan) and 1:00 PM ET (Falls Lake). RSVP required by 3:00 PM ET on February 5, 2026, to Sonny Smith and Rosalind Shoemaker. Offerors are urged to inspect the sites.
Additional Notes
This solicitation incorporates provisions and clauses in effect through Federal Acquisition Circular 2025-06. Wage Determinations for Chatham, Wake, and Franklin Counties, NC, are provided and must be considered for labor costs. Floor plans for the Visitor Assistance Centers are available. Compliance with Section 889 regarding telecommunications equipment is required.