Repair / Replacement of Security, Access Control, and Building Management Systems
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 Contracting Command - New Jersey (ACC-NJ), on behalf of the U.S. Army Combat Capabilities Development Command Armaments Center (DEVCOM-AC), is conducting market research through this Sources Sought notice. The purpose is to identify businesses capable of providing Repair / Replacement of Security, Access Control, and Building Management Systems at Picatinny Arsenal, NJ, and Benet Labs, NY, via Blanket Purchase Agreements (BPAs). This is for informational purposes only and does not constitute a solicitation. Responses are due February 26, 2026.
Scope of Work
This effort aims to facilitate the timely and efficient execution of projects for the repair, modification, or modernization of electronic security, access control, and Building Management Systems. Specific requirements, technical specifications, and deliverables for each project will be detailed in individual orders placed against the BPA. Orders may be issued via Call Orders, Contracting Ordering Officer Card (COOC) Orders, or Government Purchase Card (GPC) purchases.
Key requirements for services include:
- Technical Expertise: Repairs and modifications must be performed by technicians qualified to work with specific manufacturer's equipment (e.g., RS2R Access control, DAQR Alarm, DeltaR Controls building management systems).
- Upgrades/Modifications: Require written quotations, sequence of repairs with schedule, and submittals on major components.
- Coordination: All activities must be coordinated with the Contracting Officer's Representative (COR)/DEVCOM-AC and facility representatives.
- Material & Equipment: Contractor to provide all necessary parts, components (excluding desktop/laptops), tools, and test equipment. Substitution of parts requires COR consent.
- Documentation: Provide warranty documents, service/repair records (including labor hours and materials), and notify users of deficiencies.
Contract & Timeline
- Type: Sources Sought / Market Research
- Anticipated Contract Vehicle: Blanket Purchase Agreements (BPAs)
- Period of Performance: 5 years from date of award (for the BPA)
- NAICS Code: 561621, Security Systems Services (except Locksmiths) with a $25 million Small Business Size Standard.
- Product Service Code (PSC): J063 - Maintenance, Repair and Rebuilding of Equipment: Alarm, Signal, and Security Detection Systems.
- Set-Aside: None specified (market research stage, businesses of all sizes encouraged to respond).
- Response Due: February 26, 2026, by 6:00 PM EST.
- Published: February 3, 2026.
Submission Details
Interested vendors should submit a capability statement including:
- NAICS and PSC.
- Organization name, address, primary points of contact, email, website, telephone, CAGE Code, DUNS number, and business size.
- Tailored capability statements highlighting previous verifiable experience with similar projects for DoD, federal government, or commercial sectors. Identify major partners/suppliers if subcontracting/teaming is anticipated.
- Confirmation of GPC acceptance and any associated processing fees.
Additional Notes
This is a Sources Sought notice for informational purposes only and is not a Request for Proposal (RFP). It does not constitute a solicitation or commitment by the Government. No funds are available for response preparation. Not responding does not preclude participation in any future solicitation. Phone inquiries will not be addressed; all requests should be submitted in writing via email to Gloria Thoguluva and Howard Kane.