Navigate the lattice: hubs for browsing, trends for pricing signals.
The U.S. Army Contracting Command - New Jersey (ACC-NJ), on behalf of the U.S. Army Combat Capabilities Development Command Armaments Center (DEVCOM-AC) is conducting market research to determine the capability of businesses to provide repair/replacement of collaboration spaces, classrooms, conference areas, Video Teleconference (VTC) rooms and similar workspaces at Picatinny Arsenal, NJ and Benet Labs, NY via Blanket Purchase Agreements (BPAs).DISCLAIMER: ?THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A ?REQUEST FOR PROPOSAL (RFP)? TO BE SUBMITTED. IT 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 ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY. RESPONSES WILL NOT BE RETURNED TO THE RESPONDER. NOT RESPONDING TO THIS NOTICE DOES NOT PRECLUDE PARTICIPATION IN ANY FUTURE REQUEST FOR QUOTE (RFQ) OR INVITATION FOR BID (IFB) OR RFP, IF ANY ISSUED. IF A SOLICITATION IS RELEASED, IT WILL BE SYNOPSIZED ON THE GOVERNMENT-WIDE POINT OF ENTRY (GPE). IT IS THE RESPONSIBILITY OF POTENTIAL OFFERORS TO MONITOR THE GPE FOR ADDITIONAL INFORMATION PERTAINING TO THIS REQUIREMENT.?REQUIREMENT: Performance Work Statement for Repair / Replacementof Conference Room, Digital workplace, and Audio, Visual Systems1. Scope1.1. Objective: The Combat Capabilities Development Command - Armaments Center (DEVCOM-AC) at Picatinny Arsenal maintains numerous office spaces, collaboration spaces, classrooms, conference areas, Video Teleconference (VTC) rooms and similar workspaces. These spaces require repair, modification, or modernization as the US Army continues to digitize its data and operations and introduce new solutions for collaboration. This BPA will facilitate the timely and efficient execution of projects to ensure these systems remain effective and state-of-the-art. 1.2. Specific requirements, technical specifications, and deliverables for each project will be detailed in individual orders placed against this BPA. Orders may be issued via Call Orders, Contracting Ordering Officer Card (COOC) Orders, or Government Purchase Card (GPC) purchases.1.3. Place of Performance: Picatinny Arsenal, NJ, Benet Labs, NY; specific location will be outlined in each order.1.4. Period of Performance: 5 years from date of award.2. Applicable Documents: None3. Requirements. The below are requirements for all individual call orders, COOC orders, or Government Purchase Card requests for repair / Replacement of Conference Room, Digital workplace, and Audio, Visual Systems. Specific requirements will be outlined in each call order, COOC Order, and GPC purchase.3.1. Technical Expertise: Repairs and modifications must be performed by technicians and engineers qualified to work with specific manufacturer?s equipment. This electronic equipment varies across the installation in manufacturers and configurations. Configurations include commercial electronic equipment, such as but not limited to: projectors, A/V control systems, displays / monitors, speaker and microphone systems, VTC systems, digital signage, and conference room furniture that integrate audio / visual systems. Many of these systems involve proprietary hardware. 3.2. Upgrades, Modifications and New Systems: Upgrades, modifications and new systems require a written quotation, sequence of repairs with a schedule, and submittals on major components (CDRL A001, DI-MGMT-80507). 3.3. Coordination: All repair, modification, and new system installation activities shall be coordinated with the Contracting Officer?s Representative (COR)/DEVCOM-AC and the individual facility representative in advance. 3.4. Material and Equipment: Contractor shall provide all necessary parts and components for an awarded task / project with the exception of desktop computers and laptops. The contractor shall supply all tools and test equipment as required to repair or install equipment. Substitution of parts or components other than those from the manufacturer shall not be used without the prior consent of the COR. 3.5. Documentation: 3.5.1. Warranty and Service Records: The contractor shall provide copies of all warranty documents and service/repair records to the COR and facility manager. All service and repair records shall be updated immediately upon completion of service. Service Records shall include labor hours and materials used to accomplish repair work (CDRL A002, DI-MGMT-80995A). 3.5.2. Deficiency Reporting: The contractor shall notify the System User of any deficiencies before leaving the site. Background:The applicable NAICS Code for this requirement is 238210, Electrical Contractors and Other Wiring Installation, with a Small Business Size Standard of $19 million. The Product Service Code (PSC) is 7E20, IT and Telecom - End user: Help Desk; Tier 1-2, Workspace, Print, Output, Productivity tools (HW/Perp SW). Businesses of all sizes are encouraged to respond; however, each respondent must clearly identify their business size in their capabilities statement. Interested vendors are strongly encouraged to submit a capability statement with the below information.SUBMISSION DETAILS: If your organization has the potential capacity to provide the required services, please provide the following information: 1) NAICS and PSC.2) Organization name, address, primary points of contact and their email addresses, Web site address, telephone number, CAGE Code and DUNS number, and size of business (i.e. large, small, disadvantaged, veteran owned, woman owned, etc.)3) Tailored capability statements addressing the requirements of this notice (e.g., product brochure, catalog, etc), highlighting previous verifiable experience performing similar projects for the Department of Defense, federal government, or commercial sector. See attached Draft PWS for specific requirements. If significant subcontracting or teaming is anticipated in order to deliver these services, please identify your major partners or suppliers.4) Whether your company will accept Government Purchase Card (GPC) as form of payment and if there will be any GPC processing fee applied.Official responses and questions shall be sent at no cost to the US Government by February 26, 2026, to Gloria Thoguluva, Contracting Officer and Howard Kane, Contract Specialist. Phone inquiries will not be addressed; all requests should be submitted in writing via email. Respondents will not be notified of the results of the survey.
Files size/type shown when available.
A practical, capture-style breakdown of fit, requirements, risks, and next steps.
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.
The signal updates as new awarded notices enter the system. Always validate the official award and solicitation details on SAM.gov.
P10 is the 10th percentile award size and P90 is the 90th percentile. Together they describe the typical spread of award values.
Awarded-market signal for NAICS 238210 (last 12 months), benchmarked to sector 23.