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 via a 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, through Blanket Purchase Agreements (BPAs). This is for informational purposes only and is not a Request for Proposal. Responses are due by February 26, 2026.
Scope of Work
The requirement involves repair, modification, or modernization of electronic security, access control, and Building Management Systems for various facilities including office spaces, energetic magazines, Arms Rooms, and VTC rooms. Specific requirements, technical specifications, and deliverables will be detailed in individual orders placed against the BPAs, which may include Call Orders, Contracting Ordering Officer Card (COOC) Orders, or Government Purchase Card (GPC) purchases.
Key requirements include:
- Technical Expertise: Technicians and engineers must be qualified to work with specific manufacturer's equipment (e.g., RS2R Access control, DAQR Alarm, DeltaR Controls BMS, automated gate systems).
- Upgrades/Modifications: Require written quotations, repair sequences with schedules, 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, tools, and test equipment, with no substitutions without COR consent.
- Documentation: Provide warranty documents, service/repair records (including labor hours and materials), and deficiency reports.
Contract & Timeline
- Type: Sources Sought / Market Research
- Anticipated Contract Vehicle: Blanket Purchase Agreements (BPAs)
- Period of Performance (for BPAs): 5 years from date of award
- Place of Performance: Picatinny Arsenal, NJ, and Benet Labs, NY
- NAICS Code: 561621, Security Systems Services (except Locksmiths) - Small Business Size Standard: $25 million
- Product Service Code (PSC): J063 - Maintenance, Repair and Rebuilding of Equipment: Alarm, Signal, and Security Detection Systems
- Set-Aside: Businesses of all sizes are encouraged to respond; respondents must identify their business size.
- Response Due: February 26, 2026, 6:00 PM EST
- Published: February 4, 2026
Submission Details
Interested vendors should submit a capability statement including:
- NAICS and PSC.
- Organization name, address, primary points of contact (email, phone), website, CAGE Code, DUNS, and business size.
- Tailored capability statements highlighting verifiable experience with similar projects for DoD, federal government, or commercial sectors. Identify major partners/suppliers if subcontracting/teaming is anticipated.
- Confirmation of acceptance of Government Purchase Card (GPC) and any associated processing fees.
Additional Notes
This notice does not constitute a solicitation, and the Government is under no obligation to award a contract. No funds are available for response preparation. Not responding does not preclude participation in any future solicitation. Potential offerors are responsible for monitoring the Government-Wide Point of Entry (GPE) for future information.
Contact: Howard Kane (howard.kane.civ@army.mil) and Gloria Thoguluva (Contracting Officer). Phone inquiries will not be addressed.