- 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
LRC CIIP Intercom/PA and Video Surveillance Install
Solicitation from DEPT OF THE ARMY • DEPT OF DEFENSE. Place of performance: SC. Response deadline: Mar 19, 2026. Industry: NAICS 561621 • PSC 6350.
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.
- Structured checklist, AI guidance, and progress tracking
- Build evidence and controls with clearer next-step workflows
- Ideal for teams that want speed plus affordability
Market snapshot
Awarded-market signal for NAICS 561621 (last 12 months), benchmarked to sector 56.
Related hubs & trends
Navigate the lattice: hubs for browsing, trends for pricing signals.
Applicable Wage Determinations
SAM WDOL references matched to this opportunity's location and scope language.
View more for this contract3 more WD matches and 19 more rate previews.↓
Point of Contact
Agency & Office
More in NAICS 561621
Description
The Mission and Installation Contracting Command – Fort Jackson, SC has a requirement to procure a no-personal product contract to install Intercom/Public Announcement and Video Surveillance for the Clothing Initial Issue Point (CIIP) located at Building 1776 Washington Road, Fort Jackson, SC. The Contractor shall provide all labor and materials to install and configure the Intercom plus Public Announcement and Surveillance System in Building 1776. The Contractor is responsible for running all requiring cabling, power, connections, configuration, providing training, and removing all trash/debris from work site daily (see attached solicitation notice), for the duration of the period of performance in accordance with the Performance Work Statement (PWS) included in the solicitation notice. The Primary North American Industry Classification System (NAICS) code for this requirement is 561621, Security Systems Services (except Locksmiths), with a size standard of $25 million. This procurement will be competitively procured 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside.
It is anticipated that this requirement will be awarded as a Firm Fixed-Price (FFP) single award contract. The anticipated period of performance will be 60 Days after the award.
Objectives: The objective of this procurement is to ensure the United States Army Logistics Readiness Center may receive PA Surveillance for the new Clothing Initial Issue Point location.
Place of Performance: Building 1776 Washington Road, Fort Jackson, SC
Basis for Award: Award will be made to the responsible lowest price technically acceptable vendor proposal, conforming to the Request for Proposal. The Contractor shall perform to the standards in the contract.
The following factors shall be used to evaluate offers:
Factor 1: Technical Capabilities
Factor 2: Price
Factor 3: Past Performance
Technically Acceptable – Proposal meets the minimum requirements of the solicitation
Technically Unacceptable – Proposal does not meet the minimum requirements of the solicitation.
Proposal MUST be good 60 days after the expiration of this solicitation notice.
Site Visit: At building 1776 Clothing Initial Issue Point (CIIP) Washington Road, Fort Jackson, SC 29207 on 03 March 2026 at 9:00am EST.
RSVP no later than 02 March 2026 at 10:00am EST by emailing Jessica Jackson, Contracting Specialist at jessica.l.jackson1.civ@army.mil and Tequlia Holmes, Contracting Officer at tequlia.d.holmes.civ@army.mil with full name, date of birth, and driver’s license number (with state).
Addtional Site Visit: An additional site visit has been scheduled for the LRC (CIIP) Intercom/PA and Video Surveillance Install requirement.
Date: Wednesday, March 4, 2026
Site Visit Start Time: 0900
*Attendance is highly recommended for all prospective offerors.*
Site Visit Location: Building 1776, Washing Road, Ft Jackson (The project site location is the same as the previous visit).
Important Escort Information: Due to site access requirements, all attendees must meet Mr. George McLaurin at Gate 4 at 0800 to be escorted onto the installation. Attendees are required to RSVP with Jessica Jackson by email no later than 6:00am on 04 July 2026, to confirm their attendance. Please provide full name, date of birth, and driver's license number (with state) for all attendees in email.
Interested parties should access https://sam.gov for solicitation, associated documents or solicitation amendments. Contractors will not be directly notified of any postings by the contracting office personnel. All potential sources must obtain a Data Universal Numbering System (DUNS) number and register in the System for Awards Management (SAMS) Data to conduct business with the government. Failure to obtain a DUNS number and register with SAMS may delay the award of a contract or possible award to the next otherwise successful offeror who has met all the requirements to conduct business with the Government at the time of award. All questions in response to the posted solicitation are due 06 March 2026 at 3:00pm EST. All questions will be answered by COB on 09 March 2026. All offers should be submitted to the Jessica Jackson, Contract Specialist by email at jessica.l.jackson1.civ@army.mil and Tequlia Holmes at tequlia.d.holmes.civ@army.mil NLT 10:00 AM EST on Tuesday, 17 March 2026.
Attachments: Solicitation (W9124C26RA005), Solicitation Amendment W9124C26RA0050001 SF 30, Revised 2 Site Drawings, Revised PWS, Fort Jackson Vetting Policy, and Solicitation Amendment W9124C26RA0050002 SF 30
Files
Files size/type shown when available.
BidPulsar Analysis
A practical, capture-style breakdown of fit, requirements, risks, and next steps.
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.