Security Systems Maintenance at Fort Bliss, Texas

SOL #: W56ZLW-26-Q-0009Solicitation

Overview

Buyer

DEPT OF DEFENSE
Dept Of The Army
0418 AQ HQ CONTRACTING SUP
FORT HOOD, TX, 76544, United States

Place of Performance

Fort Bliss, TX

NAICS

Security Systems Services (except Locksmiths) (561621)

PSC

Maintenance, Repair And Rebuilding Of Equipment: Alarm, Signal, And Security Detection Systems (J063)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)

Timeline

1
Posted
Apr 20, 2026
2
Last Updated
Apr 20, 2026
3
Submission Deadline
Apr 27, 2026, 4:59 AM

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 Department of the Army is soliciting proposals for Security Systems Maintenance at Fort Bliss, TX. This Total Small Business Set-Aside contract requires comprehensive maintenance and repair services for existing Avigilon security cameras and DAQ Electronics access control systems. Questions are due by April 23, 2026, at 0900 CDT, and proposals are due by April 27, 2026, at 04:59 AM UTC.

Scope of Work

This non-personal services contract covers two locations on Fort Bliss, TX (Buildings 5800 and 2424A). Key requirements include:

  • Scheduled Preventive Maintenance: Semi-annual inspections, cleaning, testing, and database optimization for security cameras and access control systems.
  • Unscheduled On-Call Repairs: Corrective maintenance as needed.
  • Emergency Response: 24/7 capability with a mandatory 4-hour on-site response time for critical failures.
  • Compliance: Adherence to applicable safety, environmental, and regulatory requirements (e.g., OSHA, EPA, AR 19013, AR 19051, EM 38511).
  • Personnel Qualifications: Contractor personnel must be DAQ ICIDS certified and trained integrators for the StarWatch system, and meet all certification, licensing, and installation access requirements (AT Level I, NCICIII/TSDB checks, PIV).

Contract Details

  • Type: Firm-Fixed-Price (FFP) for semiannual maintenance CLINs, with a Cost-No-Fee, Not-to-Exceed CLIN for emergency/unscheduled services.
  • Period of Performance: A base year from May 1, 2026, to April 30, 2027, with four option years, extending the potential period through April 30, 2031.
  • NAICS Code: 561621 (Security Systems Services) with a size standard of $25,500,000.00.
  • Amendments: An amendment modified quantities for several semiannual maintenance CLINs (0001, 1001, 2001, 3001, 4001) from four to two.
  • Applicable Regulations: Includes numerous FAR and DFARS clauses, Cybersecurity Maturity Model Certification (CMMC) Level 2 requirements, and electronic invoicing via Wide Area WorkFlow (WAWF).

Submission & Evaluation

  • Submission: Offerors must submit quotes electronically in PDF format. Submissions require Volume I (Technical Submission, with a sanitized version removing company-identifying information), Volume II (Price Submission), and Past Performance Information.
  • Technical Evaluation: Assesses the offeror's ability to meet minimum Performance Work Statement (PWS) requirements.
  • Price Evaluation: Focuses on reasonableness.
  • Past Performance Evaluation: Considers quality, timeliness, customer satisfaction, management, and regulatory compliance, including Supplier Performance Risk System (SPRS) data.
  • Award Basis: Award will be made to the offeror whose quote meets minimum technical requirements, demonstrates satisfactory or neutral past performance, and offers the lowest evaluated reasonable price.

Important Notes

A brand-name justification was issued, citing the proprietary nature of DAQ Electronics and Avigilon systems, requiring manufacturer-certified technicians to ensure system integrity, warranty validity, and operational continuity. The Wage Determination No. 2015-5229 (Revision No. 28) applies, outlining minimum wage rates and fringe benefits for services performed in El Paso and Hudspeth Counties, TX.

People

Points of Contact

Jasper CruzPRIMARY
Marvin HopkinsSECONDARY

Files

Files

Download
Download
Download
Download
Download
Download

Versions

Version 2Viewing
Solicitation
Posted: Apr 20, 2026
Version 1
Solicitation
Posted: Apr 20, 2026
View