Skip to content
Department of Defense

Installation and Maintenance of Electronic Security Systems

Solicitation: N00421-26-RFPREQ-A0N0000-0083
Notice ID: 040582fce65f49a680e5a94cd1c3cb48
TypeSources SoughtNAICS 561621PSCN063Set-AsideNONEDepartmentDepartment of DefenseAgencyDept Of The NavyStateMDPostedApr 07, 2026, 12:00 AM UTCDueApr 10, 2026, 06:00 PM UTCCloses in 2 days

Sources Sought from DEPT OF THE NAVY • DEPT OF DEFENSE. Place of performance: MD. Response deadline: Apr 10, 2026. Industry: NAICS 561621 • PSC N063.

DoD CMMC Readiness
Modern compliance support by Federal Bid Partners

CMMC support options for this DoD solicitation

As DoD CMMC rollout expands, approximately 80%+ of DoD solicitations are expected to include cybersecurity/CMMC requirements, including many non-tech scopes.

Done-for-you service
CMMC start-to-finish with FBP
$2,000
Registered Practitioner logo
Guided by a Registered Practitioner with practical DoD workflow support.
  • Gap review, remediation roadmap, and implementation support
  • Policy package, evidence mapping, and submission prep
  • Designed for primes and subs across non-tech and tech work
Start CMMC with Federal Bid Partners →
AI-powered application
CMMC Pulsar™ start-to-finish
$399
CMMC Pulsar logo
First-of-its-kind CMMC Pulsar™ app to run your CMMC workflow with AI assistance.
  • Structured checklist, AI guidance, and progress tracking
  • Build evidence and controls with clearer next-step workflows
  • Ideal for teams that want speed plus affordability
Open CMMC Pulsar™ →
Solicitation context: N00421-26-RFPREQ-A0N0000-0083. Requirements vary by acquisition and contract type; COTS-only exceptions may apply.

Market snapshot

Awarded-market signal for NAICS 561621 (last 12 months), benchmarked to sector 56.

12-month awarded value
$30,803,921
Sector total $2,020,558,356 • Share 1.5%
Live
Median
$36,891
P10–P90
$11,106$70,918
Volatility
Volatile162%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
1.5%
share
Momentum (last 3 vs prior 3 buckets)
-91%(-$25,459,222)
Deal sizing
$36,891 median
Use as a pricing centerline.
Live signal is computed from awarded notices already observed in the system.
Signals shown are descriptive of observed awards; not a forecast.

Related hubs & trends

Navigate the lattice: hubs for browsing, trends for pricing signals.

We write these bids →
Open on SAM.gov →
Map for MD
Live POP
Place of performance
Maryland • 20607 United States
State: MD
Contracting office
Patuxent River, MD • 20670-5000 USA

Applicable Wage Determinations

SAM WDOL references matched to this opportunity's location and scope language.

WD Directory →
Best fit for this contractDavis-Bacon
MD20260120 (Rev 0)
Match signal: state matchOpen WD
Published Jan 02, 2026Maryland • Montgomery
Rate
BALANCING TECHNICIAN
Base $47.92Fringe $24.44
Rate
BRICKLAYER
Base $37.50Fringe $14.78
+78 more occupation rates available in the full WD.
View more for this contract
3 more WD matches and 78 more rate previews.
Davis-BaconBest fitstate match
MD20260120 (Rev 0)
Open WD
Published Jan 02, 2026Maryland • Montgomery
Rate
BALANCING TECHNICIAN
Base $47.92Fringe $24.44
Rate
BRICKLAYER
Base $37.50Fringe $14.78
Rate
CARPENTER
Base $34.41Fringe $14.49
+77 more occupation rates in this WD
Davis-Baconstate match
MD20260008 (Rev 0)
Open WD
Published Jan 02, 2026Maryland • Allegany
Rate
CARPENTER
Base $30.25Fringe $22.00
Rate
CARPENTER-SHORING SCAFFOLD BUILDER
Base $30.25Fringe $22.00
Rate
CEMENT MASON
Base $30.12Fringe $21.35
+74 more occupation rates in this WD
Davis-Baconstate match
MD20260081 (Rev 0)
Open WD
Published Jan 02, 2026Maryland • Allegany
Rate
BALANCING TECHNICIAN
Base $47.92Fringe $24.44
Rate
BRICKLAYER
Base $33.46Fringe $25.04
Rate
CARPENTER
Base $30.25Fringe $22.00
+54 more occupation rates in this WD
Davis-Baconstate match
MD20260077 (Rev 0)
Open WD
Published Jan 02, 2026Maryland • Talbot
Rate
CARPENTER
Base $27.00Fringe $7.34
Rate
CARPENTER-SHORING SCAFFOLD BUILDER
Base $37.08Fringe $25.48
Rate
LABORER AIR TOOL OPERATOR
Base $26.80Fringe $7.08
+49 more occupation rates in this WD

Point of Contact

Name
Ashley Graves
Email
ashley.d.graves4.civ@us.navy.mil
Phone
Not available
Name
Erik Seastrand
Email
erik.k.seastrand.civ@us.navy.mil
Phone
Not available

Agency & Office

Department
DEPT OF DEFENSE
Agency
DEPT OF THE NAVY
Subagency
NAVAIR
Office
NAVAIR HQS • NAVAL AIR SYSTEMS COMMAND
Contracting Office Address
Patuxent River, MD
20670-5000 USA

More in NAICS 561621

Description

Installation and Maintenance of Electronic Security Systems 

INTRODUCTION 

  1. This Sources Sought Notice is in accordance with PGI 206.302-1(d), “when utilizing the authority at FAR 6.302-1, the contracting officer shall post a request for information of a sources sought notice, and shall include the results of this inquiry in the justification required by FAR 6.303.” 

  2. The Naval Air Station, Patuxent River, MD, announces its intention to procure the maintenance and installation of Intrusion Detection, Fire Alarm Communication, Card Access and Closed Circuit Television (CCTV) systems to provide support for approximately 300 locations on the Naval Air Station, Patuxent River Complex, Webster Field and Solomons Annexes. This Market Research tool is being used to identify potential and eligible firms, of all sizes, prior to determining the method of acquisition and issuance of a solicitation. The results of the Sources Sought will be utilized to determine if any Small Business Set-Aside opportunities exist.  

This is for the Installation and Maintenance of Electronic Security Systems on the Naval Air Station Patuxent River Complex, Patuxent River, MD, Webster Field Annex, St. Inigoes, MD, and Naval Recreation Center Solomons Annex, Solomons, MD. This is a follow-on requirement. The current contract information can be found in paragraph 3b below.  

This is not subject to bundling or consolidation. 

      3. The following documents are attached to this Sources Sought Notice: 

  • Draft Performance Work Statement (PWS) 

     4.The following dates are anticipated time frames associated with this requirement: 

  • Estimated Draft RFP Release: 08 MAY 2026 

  • Estimated Final RFP Release: 15 MAY 2026 

  • Estimated Award Date: 30 SEP 2026 

  • Period of Performance/Ordering Period: 30 SEP 2026  10 OCT 2031.

    5. Primary Work Location/Place of Performance: Multiple locations across Naval Air Station, Patuxent River Complex, Webster Field and Solomons Annexes. 

ANTICIPATED CONTRACT TYPE: FIRM FIXED PRICE 

     6. The Government is anticipating this follow-on contract to be a Single Award IDIQ contract with Firm Fixed Price CLINs for Labor and Material. 

     7. The incumbent contract information is as follows: 

  • Incumbent Contractor: Johnson Controls Building Automation Systems (JCI) 

  • Contract Number: N0042122D0099 

  • Contract End Date: 31 AUG 2027 

  • Contract Type: Firm Fixed Price 

  • Previous Set-Aside Designation: Other than Full and Open 

    8. Program Background: JCI is the sole developer and manufacturer of the existing system.  JCI equipment and maintenance service capabilities meet the stringent requirements of the Defense Intelligence Agency Manual (DIAM) ICD/ICS 705.  The computerized monitoring equipment utilized by the Department of Public Safety was developed by JCI at their own expense, and they have retained the data rights as proprietary.  The Government has no rights to the design of the equipment or components making up this system. 

SPECIAL REQUIREMENTS AND REQUIRED CAPABILITIES 

Any anticipated special requirements and required capabilities are detailed in Attachment 1, Draft PWS. This document details security clearance requirements for personnel, facility requirements, and any specific certifications that are required for the performance of this requirement. 

ELIGIBILITY 

  • The applicable NAICS code for this requirement is 561621, Security Systems Services (except Locksmiths) with a Small Business Size Standard of $25M. 

  • The Product Service Code is N063. 

  • Businesses of all sizes are encouraged to respond; however, each respondent must clearly identify their business size in their capabilities statement. 

SUBMISSION REQUIREMENTS 

Interested parties should address the following questions in their response. The responses to these questions will aid the Government in determining whether a company is capable in performing the requirement, so it is important to address these areas with specific details.  

  1. What type of work has your company performed in the past in support of the same or similar requirement? 

  2. Has your company managed a task of this nature? If so, please provide details. 

  3. Has your company managed a team of subcontractors before? If so, provide details. 

  4. Provide details on your intended management approach for meeting the requirements of a contract of this scope/complexity/magnitude. 

  5. Company profile to include number of employees, annual revenue history, office locations, Unique Entity Identifier (UIE) number, etc. 

    How you will staff this effort with qualified personnel and a description of your team with roles and responsibilities.
  6. Respondents to this notice also must indicate whether they qualify as a Small, Small Disadvantaged, Women-Owned, HUBZone, or Service Disabled Veteran-Owned Small Business Concern under the NAICS code identified for this requirement. 

  7. Include in your response your ability to meet the requirements in the Facility and Safeguarding requirements (if applicable). 

  8. Per paragraph 8, Program Background, above, provide details on how you intend to support this requirement given the given the system’s proprietary data rights. 

Interested parties shall adhere to the following instructions for the submittal of their capabilities statements. 

  1. Page Limit and Format: Ten (10) 8.5 X 11 inch pages in Times New Roman font of not less than 10 point. 

  2. Document Type: Microsoft Word, Adobe PDF, etc. 

  3. Delivery: Electronic-mail (Email) Submission to the Contract Specialist, Ashley Graves at ashley.d.graves4.civ@us.navy.mil. 

  4. Response date: Responses are due by 12:00PM EST on 10 APR 2026. 

  5. No classified information shall be submitted in response to this Sources Sought. 

  6. No phone calls will be accepted. 

  7. All questions must be submitted via email to the Contract Specialist, Ashley Graves at ashley.d.graves4.civ@us.navy.mil 

Questions & Answer section. 

  1. All responses shall include Sources Sought Notice name/number, Company Name, Company Address, Company Business Size, and Points of Contact (POC), including names, phone numbers, and email addresses.

  2. All data received in response to this Sources Sought that is marked or designated as corporate or proprietary will be fully protected from any release outside the Government. 

  3. Any information or materials provided in response to this Sources Sought Notice will not be returned. The Government is not committed nor obligated to pay for the information provided, and no basis for claims against the Government shall arise as a result of a response to this Sources Sought Notice. 

Files

Files size/type shown when available.

BidPulsar Analysis

A practical, capture-style breakdown of fit, requirements, risks, and next steps.

Analysis is being generated for this notice. Check back shortly.

FAQ

How do I use the Market Snapshot?

It summarizes awarded-contract behavior for the opportunity’s NAICS and sector, including a recent pricing band (P10–P90), momentum, and composition. Use it as context, not a guarantee.

Is the data live?

The signal updates as new awarded notices enter the system. Always validate the official award and solicitation details on SAM.gov.

What do P10 and P90 mean?

P10 is the 10th percentile award size and P90 is the 90th percentile. Together they describe the typical spread of award values.