SOURCES SOUGHT--LICENSING for VERKADA Access Control and Tier 1 Support
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 West Point is conducting a Sources Sought to identify qualified small businesses capable of providing LICENSING for VERKADA Access Control and Tier 1 Support for the CIO/G6 Offices at West Point, NY. This notice is for market research and planning purposes only. Responses are due January 26, 2026.
Scope of Work
The requirement is for a non-personal service(s) contract to provide operational licenses and Tier 1 Maintenance Support for the existing VERKADA Access Control system(s) currently in use at the CIO/G6 Offices located at Spellman and Washington Hall. This includes:
- Maintaining 100% reliability of the VERKADA Access Control and video security system.
- Supporting 37 access points and 18 video access points.
- Providing complete system licensing, preventative maintenance, and hardware assurance.
- Performing quarterly preventive maintenance on-site.
- Providing emergency support to assess and resolve system outages.
Performance Standards
Key performance standards include ensuring all licenses are current, hardware/software support IPv6 and Section 508 requirements, cryptologic functions support RSA-3072/4096 with SHA-384, and technical support personnel are VERKADA certified. Systems must operate at 100% functionality post-outage.
Contract & Timeline
- Type: Sources Sought (Market Research)
- Set-Aside: Total Small Business Set-Aside (FAR 19.5) is anticipated if two or more qualified small businesses respond.
- Anticipated NAICS: 513210 Software Publishers
- Place of Performance: Building 785 (Washington Hall) and Building 2101 (Spellman Hall), United States Military Academy, West Point, NY, 10996.
- Period of Performance: Anticipated to include a Base period and 4 Option Periods.
- Response Due: January 26, 2026, 5:00 PM EST
- Published: January 22, 2026
Response Requirements
Interested parties should provide:
- Firm details: Name, POC, phone, email, DUNS, CAGE, small business status (including type/certifications) and NAICS code.
- Indicate interest as a prime contractor and any subcontracting/teaming arrangements.
- Detailed information on previous experience with similar requirements (size, scope, complexity, timeframe, certifications).
- Information on commercial availability and pricing for similar services.
- Recommendations on structuring contract requirements to facilitate small business competition.
- Identification of any conditions unnecessarily restricting competition.
- Recommendations to improve the approach/specifications/draft PWS.
Additional Notes
This is solely for information and planning; it does not constitute a solicitation or commitment to contract. The U.S. Government will not pay for information submitted. Not responding does not preclude participation in any future solicitation.