Anticipated value: under the Simplified Acquisition Threshold (SAT) Anticipated period of performance: Upon award/Notice to Proceed (NTP) through completion. Responses due: 12 January 2026 1700 Eastern Standard Time Submit responses to: Tabitha Smith, Contracting Officer Tabitha.Smith@gsa.gov, title responses with the following: Email subject: ‘RFI – NCTS FE P2000 to CCURE – [Company Name]’ Primary Focus: The Government’s number one market research concern is a validated migration of existing access-control data and configurations from Johnson Controls’ P2000 system to CCURE without data loss or corruption due to mission impact. P2000 is a proprietary platform, and respondents must describe what authorized access they have to any proprietary tools, data structures, or technical information needed to perform a complete and verifiable migration. Responses should include specific evidence (e.g., OEM authorization, certifications, or documented migration methodology) demonstrating how data integrity will be ensured. 1. Purpose This notice is issued as a Request for Information (RFI) / Sources Sought for market research purposes only. The Government is seeking information from interested sources that can perform an Electronic Security System (ESS) upgrade at NAVCOMTELSTA Far East (NCTS FE), Yokosuka, Japan. This RFI is not a solicitation and will not result in a contract award. No reimbursement will be made for any costs incurred in responding. 2. Background NCTS FE relies on its ESS to protect facilities and mission-critical operations. The existing Johnson Controls P2000 system was discontinued in 2017 and reached End of Life/End of Service in 2024 and is operating in a degraded state as documented by a casualty report (CASREP). The Government is evaluating replacement with Johnson Controls CCURE, including migration of existing data/configuration and operational verification. 3. High-Level Requirement Summary The contractor would be required to perform (at minimum) the following at NCTS FE, Yokosuka, Japan: Replace P2000 workstations/servers with CCURE workstations/servers; Install/configure iSTAR mainframe/controllers required for CCURE operation; One-for-one replacement of specified door locks and proximity badge readers; Collect and migrate user data and configurations from P2000 to CCURE; Perform operational verification testing of the system; and Remove and properly dispose of replaced equipment. Work is anticipated during normal business hours Monday–Friday (excluding U.S. federal and Japanese holidays). 4. Key Market Research Focus Areas Respondents must address whether they can: Perform a supported migration from P2000 to CCURE, including data/configuration migration; Perform on-site work in Japan and comply with host-nation labor, customs/import/export, and base access requirements; Demonstrate OEM authorization and access to any proprietary tools, methods, or technical data needed for the migration. 5. Response Instructions (Capability Statement) Submit a capability statement (recommended: 5 pages or fewer) including: Company name, address, UEI, CAGE/NCAGE (if applicable), and business size/status Evidence of ability to perform in Japan (registered office/branch/subsidiary/local partner, staffing plan, and relevant licenses/registrations) Relevant experience performing PACS migrations/upgrades of similar complexity Responses to the questions in Section 6 below Do not submit pricing in response to this RFI. 6. Questions (answer all that apply) A. Technical capability / OEM authorization Describe your capability to migrate an existing Johnson Controls P2000 ESS to Johnson Controls CCURE, including migration of user data and configurations. Are you OEM-authorized (or otherwise formally authorized) to perform P2000→CCURE migrations? Provide documentation (letters/certifications/authorizations) and identify which entity issued them. Identify any proprietary tools/methods/technical data required to migrate from P2000 to CCURE and explain how you obtain authorized access to those tools/data. Describe your approach to data migration risk management (backup/rollback plan, validation steps, handling of corrupted/legacy data, and success criteria). Identify any aspects of P2000 data extraction/migration that cannot be performed without OEM-issued credentials, licenses, or proprietary utilities, and explain how you lawfully obtain them. Provide at least one example of a completed P2000→CCURE migration (or equivalent proprietary-to-OEM platform migration), including scope, location (CONUS/OCONUS), and outcome/validation approach. B. Japan performance / on-site support 6. Confirm your ability to perform the full scope on site at NCTS FE Yokosuka, Japan, including estimated lead time to mobilize. 7. Provide evidence of an established physical presence in Japan (registered office/branch/subsidiary) or a documented local partner, and describe how this supports compliance with host-nation requirements. 8. Describe your ability to comply with host-nation labor requirements, customs/import/export, and base access requirements for personnel and equipment. C. System components / testing / turnover 9. Confirm ability to install/configure iSTAR controllers and perform one-for-one replacement of readers/locks, then execute operational testing and turnover. 10. Identify your proposed turnover deliverables (as-builts, configuration documentation, test results, admin training). 7. Government Intent / Potential Next Steps The Government will use RFI responses to assess the availability of competitive sources. If market research does not identify additional responsible sources capable of meeting the Government’s needs (including OEM authorization and Japan performance requirements), the Government may pursue a sole source approach consistent with applicable open-market procedures. Do not include classified information or sensitive facility details (e.g., diagrams, door schedules, network architecture) in your response. Provide capability-level information only.
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 561621 (last 12 months), benchmarked to sector 56.