Skip to content
Department of Defense

Portfolio Acquisition Executive (PAE) Fires Access Control System (ACS)

Solicitation: PANRSA-26-P-0000-025440
Notice ID: 5da29efeb1234c7f875bb6c3a1106907
TypeSources SoughtNAICS 561621PSCJ063DepartmentDepartment of DefenseAgencyDept Of The ArmyStateALPostedFeb 20, 2026, 12:00 AM UTCDueMar 02, 2026, 09:00 PM UTCCloses in 8 days

Sources Sought from DEPT OF THE ARMY • DEPT OF DEFENSE. Place of performance: AL. Response deadline: Mar 02, 2026. Industry: NAICS 561621 • PSC J063.

Market snapshot

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

12-month awarded value
$28,416,721
Sector total $921,599,318 • Share 3.1%
Live
Median
$285,150
P10–P90
$285,150$285,150
Volatility
Stable0%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
3.1%
share
Momentum (last 3 vs prior 3 buckets)
+100%($28,416,721)
Deal sizing
$285,150 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 AL
Live POP
Place of performance
Redstone Arsenal, Alabama • United States
State: AL
Contracting office
Redstone Arsenal, AL • 35898-0000 USA

Point of Contact

Name
Simone Brightmon
Email
simone.l.brightmon.civ@army.mil
Phone
Not available
Name
Sydney Horn
Email
sydney.m.horn.civ@army.mil
Phone
Not available

Agency & Office

Department
DEPT OF DEFENSE
Agency
DEPT OF THE ARMY
Subagency
US ARMY ACQUISITION SUPPORT CENTER
Office
RAPID CAPABILITIES CRITICAL TECH OFC • W6J1 RCCTO REDSTONE
Contracting Office Address
Redstone Arsenal, AL
35898-0000 USA

More in NAICS 561621

Description

1. Disclaimer

This is a sources sought notice for market research purposes only. This is not a request for proposal, invitation for bid, or request for quote. This does not constitute a solicitation and shall not be construed as a commitment by the Government. Responses in any form are not offers and the Government is under no obligation to award a contract as a result of this announcement. No funds available to pay for preparation of responses to this announcement. Any information submitted by respondents to this sources sought notice is strictly voluntary. Responses will not be returned to the responder. Not responding to this sources sought notice does not preclude participation in any future request for quote, invitation for bid, or request for proposal. If a solicitation is released it will be synopsized on the Government point of entry (GPE). It is the responsibility of the potential offerors to monitor the GPE for additional information pertaining to this requirement.

2. Introduction

The Portfolio Acquisition Executive (PAE) Fires has an extensive access control system (ACS) to include, but not limited to: cameras, closed-circuit television, turnstiles, badge readers, magnetic locks, gates, sensors, etc.; which are essential for meeting operational security and safety requirements. These systems require scheduled maintenance, unscheduled services, upgrades, installation, repair and other services to remain fully functional.

3. Description of Services

The contractor shall provide all personnel, labor, equipment, supplies, material, supervision, tools, and other non-personal services necessary to perform comprehensive maintenance on the PAE Fires ACS facilities primarily located on Redstone Arsenal, Alabama and Madison, Alabama.

Key requirements include –

  • Quarterly scheduled maintenance: Conduct quarterly inspections of all ACS equipment and components.
  • Unscheduled maintenance: Provide 24/7 (to include holidays and weekends) on-call availability for critical, high, medium, and low-level severity failures/malfunctions that prevent functionality of the ACS. Contractor shall be on-site to assess critical level calls within 1 hour and resolve within 24 hours.
  • Upgrade/Installation/Repair/Modification: Procure necessary hardware, install, integrate, and ensure compatibility with existing hardware and software of the ACS.
  • Reporting: Submit detailed reports to the Contracting Officer’s Representative for all services.
  • Factory trained, certified, and recognized as a Lenel OnGuard Federal Value-Added Reseller.
  • Avigilon Certified – Avigilon Control Center (ACC) Administrator, ACC Operator, Installation, and System Design.
  • ACS equipment/components approximate quantities:
    • Interior and Exterior Badge Readers ~392
    • Turnstiles ~9
    • Cameras ~170
    • Physical Gates ~9
    • Operator Terminals ~6
    • Air Phones ~4
    • Badging Equipment (Printer, Test Reader, Camera) ~2

4. Place of Performance

Redstone Arsenal, AL and Madison, AL

PAE Fires Facilities include: Building 111, 112, 5250, 3300, 3301, 3303, SG100 within Redstone Arsenal, AL and Madison, AL. It is anticipated that PAE Fires facilities may include additional buildings in the future.

5. Period of Performance

The anticipated period of performance includes a 1-year Base, four (4) 1-year option periods, and one (1) FAR 52.217-8 extension of up to 6-months. Period of performance is projected to be July 2026 through December 2031.

6. Submission Requirements

Interested vendors who believe they are capable of performing the required services are invited to submit a capability statement. The capability statement shall not exceed five (5) pages and must include the following:

  • Company Information: Name, address, UEI number, CAGE code, and point of contact (Name, Title, Phone Number, and E-mail address).
  • Business Size: Business size and any applicable socio-economic statuses (e.g. Small Business, 8(a), HUBZone, Service-Disable Veteran-Owned Small Business, etc.).
  • Capability Narrative: A detailed narrative outlining the company’s technical capability to perform the key requirements.
  • Security Clearance: Include confirmation that contractor employees will have a final DoD Secret clearance at the time of award, estimated for FY26 Q4.

  • Recent Experience: Identification of two (2) relevant projects performed for at least 24 months on a US Army installation within the last five (5) years that are similar in scope, size, and complexity, supporting current Lenel OnGuard and Avigilion systems. Include the project title, contract number, period of performance, brief description of the work and a Government point of contact.
  • System Certification: Responses must include documentation of the company’s Lenel OnGuard and Avigilion training/certification/licenses and show the dates attained. Responses must also include a copy of any LENEL Value Added Reseller (VAR) license and provide the date(s) attained/valid.
  • Critical Level Response: Include a confirmation statement of the company’s ability to meet the critical level unscheduled maintenance call requirements of being on-site at Redstone Arsenal or Madison, AL within one (1) hour.  

Sources Sought submittals will be due at 1600 EST on Monday, 2 March 2026, via the following PAE Fires email addresses:

-         Simone Brightmon; simone.l.brightmon.civ@army.mil

-         Sydney Horn; sydney.m.horn.civ@army.mil

-         Tuyet Clark; tuyet.h.clark.ctr@army.mil 

All email submissions shall have the subject line "Sources Sought for PAE Fires ACS " Only UNCLASSIFIED submissions will be accepted.

Files

Files size/type shown when available.

No downloadable attachments detected for this notice.

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.