Skip to content
Department of Defense

Repair / Replacement of Security, Access Control, and Building Management Systems

Solicitation: W15QKN26X1B5N
Notice ID: 7f939403896f48bf80ab7174a1ef8e9a
TypeSources SoughtNAICS 561621PSCJ063DepartmentDepartment of DefenseAgencyDept Of The ArmyStateNJPostedFeb 04, 2026, 12:00 AM UTCDueFeb 26, 2026, 06:00 PM UTCCloses in 4 days

Sources Sought from DEPT OF THE ARMY • DEPT OF DEFENSE. Place of performance: NJ. Response deadline: Feb 26, 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 NJ
Live POP
Place of performance
Picatinny Arsenal, NJ, Benet Labs, NY • 07806
State: NJ
Contracting office
Picatinny Arsenal, NJ • 07806-5000 USA

Point of Contact

Name
Howard Kane
Email
howard.kane.civ@army.mil
Phone
5206697062

Agency & Office

Department
DEPT OF DEFENSE
Agency
DEPT OF THE ARMY
Subagency
AMC
Office
ACC • ACC-CTRS • ACC-NJ • W6QK ACC-PICA
Contracting Office Address
Picatinny Arsenal, NJ
07806-5000 USA

More in NAICS 561621

Description

The purpose of this update is to remove the following language: See attached Draft PWS for specific requirements.

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 / Replacementof Security, Access Control, and Building Management Systems 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 Security, Access Control, and Building Management Systems1. Scope1.1. Objective: The Combat Capabilities Development Command - Armaments Center (DEVCOM-AC) at Picatinny Arsenal maintains numerous office spaces, energetic magazines, Arms Rooms, conference areas, Video Teleconference (VTC) rooms and similar workspaces. These spaces require repair, modification, or modernization as the US Army continues to modernize electronic security, access control, and Building Management Systems for our facilities. 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, maintenance, and/or replacement of security alarm systems, access control systems, and Building Management 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: RS2R Access control systems (card access systems with chip and proximity technology), DAQR Alarm and Intrusion Detection Systems, DeltaR Controls building management systems, and automated gate systems for roadways, parking lots and walkways. 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. 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 561621, Security Systems Services (except Locksmiths, with a Small Business Size Standard of $25 million. The Product Service Code (PSC) is J063- Maintenance, Repair and Rebuilding of Equipment: Alarm, Signal, and Security Detection Systems. 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. 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

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.