Skip to content
Department of Commerce

Cyberlock Expansion Project

Solicitation: NB1370002600835
Notice ID: 2eb331aefb074ff1b4570603bc5c3d9d

Sources Sought from NATIONAL INSTITUTE OF STANDARDS AND TECHNOLOGY • COMMERCE, DEPARTMENT OF. Place of performance: CO. Response deadline: Mar 26, 2026. Industry: NAICS 561621 • PSC 6350.

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 CO
Live POP
Place of performance
Boulder, Colorado • 80305 United States
State: CO
Contracting office
Gaithersburg, MD • 20899 USA

Applicable Wage Determinations

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

WD Directory →
Best fit for this contractDavis-Bacon
CO20260009 (Rev 0)
Match signal: state matchOpen WD
Published Jan 02, 2026Colorado • Denver, Douglas
Rate
CARPENTER (Form Work Only)
Base $33.11Fringe $12.17
Rate
TRAFFIC SIGNALIZATION: Traffic Signal Installation Zone 1
Base $26.42Fringe $4.75
+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
CO20260009 (Rev 0)
Open WD
Published Jan 02, 2026Colorado • Denver, Douglas
Rate
CARPENTER (Form Work Only)
Base $33.11Fringe $12.17
Rate
TRAFFIC SIGNALIZATION: Traffic Signal Installation Zone 1
Base $26.42Fringe $4.75
Rate
Zone 2
Base $29.42Fringe $4.75
+77 more occupation rates in this WD
Davis-Baconstate match
CO20260001 (Rev 0)
Open WD
Published Jan 02, 2026Colorado • Alamosa, Archuleta, Baca +44
Rate
Asbestos Workers/Insulator (Includes application of all insulating materials, protective coverings, coatings and finishings to all types of mechanical systems
Base $36.98Fringe $16.82
Rate
Asbestos Workers/Insulator (Includes application of all insulating materials, protective coverings, coatings and finishes to all types of mechanical systems)
Base $36.60Fringe $11.83
Rate
BRICKLAYER
Base $32.93Fringe $14.29
+25 more occupation rates in this WD
Davis-Baconstate match
CO20260027 (Rev 0)
Open WD
Published Jan 02, 2026Colorado • Pueblo
Rate
ASBESTOS WORKER/HEAT & FROST INSULATOR - MECHANICAL (Duct, Pipe & Mechanical System Insulation)
Base $36.98Fringe $16.82
Rate
ELECTRICIAN
Base $35.40Fringe $16.06
Rate
POWER EQUIPMENT OPERATOR (Crane) 141 tons and over
Base $39.80Fringe $15.20
+22 more occupation rates in this WD
Service Contract Actstate match
2023-0171 (Rev 8)
Open WD
Published Jan 20, 2026Colorado • Larimer
47040
Diver
Base $53.87Fringe $0.00

HEALTH & WELFARE: $5.55 per hour, up to 40 hours per week, or $222.00 per week or $962.00 per month HEALTH & WELFARE EO 13706: $5.09 per hour, up to 40 hours per week, or $203.60 per week, or $882.27 per month* *This rate is to be used only when compensating employees for performance on an SCA- covered contract also covered by EO 13706, Establishing Paid Sick Leave for Federal Contractors. A contractor may not receive credit toward its SCA obligations for any paid sick leave provided pursuant to EO 13706. | VACATION: 2 weeks paid vacation after 1 year of service with a contractor or successor; 3 weeks after 5 years, 4 weeks after 10 years, and 5 weeks after 15 years. Length of service includes the whole span of continuous service with the present contractor or successor, wherever employed, and with the predecessor contractors in the performance of similar work at the same Federal facility. (Reg. 29 CFR 4.173) | HOLIDAYS: A minimum of eleven paid holidays per year: New Year's Day, Martin Luther King Jr.'s Birthday, Washington's Birthday, Memorial Day, Juneteenth National Independence Day, Independence Day, Labor Day, Columbus Day, Veterans' Day, Thanksgiving Day, and Christmas Day. (A contractor may substitute for any of the named holidays another day off with pay in accordance with a plan communicated to the employees involved.) (See 29 CFR 4.174) ** UNIFORM ALLOWANCE ** If employees are required to wear uniforms in the performance of this contract (either by the terms of the Government contract, by the employer, by the state or local law, etc.), the cost of furnishing such uniforms and maintaining (by laundering or dry cleaning) such uniforms is an expense that may not be borne by an employee where such cost reduces the hourly rate below that required by the wage determination. The Department of Labor will accept payment in accordance with the following standards as compliance: The contractor or subcontractor is required to furnish all employees with an adequate number of uniforms without cost or to reimburse employees for the actual cost of the uniforms. In addition, where uniform cleaning and maintenance is made the responsibility of the employee, all contractors and subcontractors subject to this wage determination shall (in the absence of a bona fide collective bargaining agreement providing for a different amount, or the furnishing of contrary affirmative proof as to the actual cost), reimburse all employees for such cleaning and maintenance at a rate of $3.35 per week (or $.67 cents per day). However, in those instances where the uniforms furnished are made of ""wash and wear"" materials, may be routinely washed and dried with other personal garments, and do not require any special treatment such as dry cleaning, daily washing, or commercial laundering in order to meet the cleanliness or appearance standards set by the terms of the Government contract, by the contractor, by law, or by the nature of the work, there is no requirement that employees be reimbursed for uniform maintenance costs. ** SERVICE CONTRACT ACT DIRECTORY OF OCCUPATIONS ** The duties of employees under job titles listed are those described in the ""Service Contract Act Directory of Occupations"", Fifth Edition (Revision 1), dated September 2015, unless otherwise indicated.

Point of Contact

Name
Lia M Arthofer
Email
lia.arthofer@nist.gov
Phone
Not available

Agency & Office

Department
COMMERCE, DEPARTMENT OF
Agency
NATIONAL INSTITUTE OF STANDARDS AND TECHNOLOGY
Subagency
DEPT OF COMMERCE NIST
Office
Not available
Contracting Office Address
Gaithersburg, MD
20899 USA

More in NAICS 561621

Description

Request for Information/Sources Sought Notice for Providers/Suppliers of a Cyberlock Expansion Project and Related Services

Notice ID: NB137000-26-00835

Contract Opportunity Type

Sources Sought

Response Date and Time

3/24/2026; 2:00 PM MST

Product Service Code

6350Miscellaneous Alarm, Signal, and Security Detection Systems

NAICS Code

561621 - Security Systems Services (except Locksmiths)

BACKGROUND

This is a notice to request information from industry to help the U.S. Department of Commerce, National Institute of Standards and Technology (NIST) determine the availability and capability of small businesses and other than small businesses to provide a Cyberlock System and related services.

This notice is strictly to request information for market research purposes to help NIST determine the appropriate acquisition strategy for this requirement. This notice shall not be construed as a solicitation, an obligation, or commitment by the NIST.

OVERVIEW

NIST is planning a single-award IDIQ to support the current and future operational requirements of the Security Systems and Access Control Groups (SSACG), Cyberlock Program for the NIST campus. See attached draft Performance work statement (PWS).

ANTICIPATED PERIOD OF PERFORMANCE

NIST anticipates that it will require services that are similar to those in the draft PWS for base period commencing on the date of contract award, and four 1-year options and the ability of a 6-month extension in accordance with FAR clause 52.217-8, Option to Extend Services.

INFORMATION REQUESTED FROM INDUSTRY SOURCES:

NIST invites industry sources to review this notice carefully and to familiarize themselves with the draft PWS. Thereafter, by the closing date of this notice, NIST encourages those sources to submit responses to lia.arthofer@nist.gov. Do not include proprietary, classified, confidential, or sensitive information in a response to this notice.

Responses should be submitted to contain the following, in Microsoft Word format or in .pdf format, use 12-point font, with a page limitation of ten pages (excluding cover page and excluding standard commercial pricing information):

  1. Cover page, including:
  • Sources Sought Notice number, title, and date of issuance
  • Unique Entity ID
  • Company name
  • Company address
  • Company website address
  • Company point of contact and their phone number and email address
  • Validation of company size status under NAICS: 325120, Industrial Gas Manufacturing. See table of business size standards at https://www.sba.gov/document/support-table-size-standards for more information.
  • Indicate whether your company has an active registration for procurement purposes in sam.gov.

  1. Provide any suggestions for NIST to consider for the draft PWS, with the goal of improving the draft PWS in a way that makes it clearer and as competitive as possible.

  1. Provide any suggested evaluation factors for award that your company believes would be meaningful for NIST to consider using for the forthcoming competitive acquisition.

  1. If your company has standard commercial pricing information (e.g., “catalog pricing”) for its standard commercial products/services, please provide a copy of it and explain what it includes. NIST will consider standard commercial pricing information to help it estimate a fair market price for the upcoming acquisition.

    • Your company may also provide an estimate for the draft PWS requirements if you would like to do so; however, do not include a proposal for the draft PWS requirements; a proposal submitted in response to this notice will not be considered.

  1. If your company is a small business for the NAICS code included in this notice, indicate whether your company can comply with FAR clause 52.219-14, Limitations on Subcontracting (OCT 2022), if this acquisition were to be conducted as a total small business set-aside and provide supporting explanation. See https://www.acquisition.gov/far/part-52#FAR_52_219_14 for the full text of this clause.

  1. Indicate whether your company has a GSA Multiple Award Schedule contract or other federal contract under which NIST would be authorized to place an order and, if so, provide a copy of that contract (including contract number, name and contact information for contracting officer, contract PWS, contract terms and conditions and contract prices).

The NIST reserves the right to follow up on a one-on-one basis with respondents to request additional information or clarifications about information submitted.

Teaming Arrangements

Firms seeking to respond to this notice as part of a team must include the above-requested information for each entity.

Disclaimer

Industry sources must provide information in response to this notice voluntarily, and for fully authorized use without limitation by NIST. This notice does not obligate NIST to award a contract or otherwise pay for the information provided in response. The NIST reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any organization responding to this notice should ensure that its response is complete and sufficiently detailed. Information provided will be used to help NIST assess alternatives available for the potential requirement and may lead to the development of a solicitation. Respondents are advised that NIST is under no obligation to provide feedback to respondents with respect to any information submitted. After a review of the responses received and other market research, NIST may publish a solicitation on sam.gov or on GSA Ebuy, depending on the approved acquisition strategy. Responses received after the closing date for this notice may not be considered for market research purposes.

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.