Access Control System Door Locks
ID: W9124J25QLCKSType: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW6QM MICC-FDO FT SAM HOUSTONFORT SAM HOUSTON, TX, 78234-1361, USA

NAICS

Security Systems Services (except Locksmiths) (561621)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS (J063)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Defense, specifically the Department of the Army, is seeking proposals for the replacement and upgrade of access control system door locks at Joint Base San Antonio, Fort Sam Houston, Texas. The project entails replacing 120 existing electro-mechanical door locks across 13 buildings, ensuring integration with the existing Best WiQ Access Management Software, and maintaining compatibility with current employee credentials. This procurement is critical for enhancing security measures and operational efficiency within the facility, with a performance period of 120 days from the award date. Interested vendors must submit their proposals electronically by August 27, 2025, and can direct inquiries to primary contact Nicolette Rapolla at nicolette.j.rapolla.civ@army.mil or secondary contact Ralph M. Bowie at ralph.m.bowie.civ@army.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines a CLIN (Contract Line Item Number) structure, typical in government RFPs, detailing a procurement for various security and IT equipment, along with installation services. The procurement includes 64 exterior locks, 50 interior locks, 6 wireless keypads for elevators, 29 portal gateways, a point-to-point wireless bridge, and a desktop computer for a second control station. A single line item is dedicated to the installation of all these components. Each item is classified as a "Job" unit of issue. This structure provides a clear breakdown of items and services required, facilitating cost estimation and contract management for the total project value.
    The document outlines a federal government Request for Task Order Proposals (RFP) for the replacement and upgrade of an existing access control system, specifically focusing on BEST Wi-Q locksets across multiple buildings. The project requires the installation of 120 access control replacement hardware units, including cylindrical, mortise, and exit trim locks, along with six wireless keypads for elevator access. The scope includes replacing existing devices, gateways, hardware, and wiring to modernize the entire system. Key aspects addressed include the use of battery-powered locks, integration with existing hardwired keypads, and the need for new portal gateways. The awarded vendor will be responsible for installation, ensuring operational locksets, and managing IT responsibilities. The project emphasizes a single award contract, and requires compatibility with 7-pin interchangeable cores, adherence to revised PWS sections for FIPS 201 compliance, and provisions for extended warranty and training. The government confirms the availability of power for new gateways, access to server infrastructure, and a firm-fixed-price contract.
    The Mission and Installation Contracting Command Headquarters (MICC HQ) is seeking a contractor to replace 120 electro-mechanical door locks across 13 buildings on Joint Base San Antonio – Fort Sam Houston (JBSA-FSH), TX. The project aims to integrate new locks into the existing Best WiQ Access Management Software, maintaining compatibility with current employee credentials (keypad, CAC, PIV cards). The contractor must provide all necessary hardware, software, and labor, ensuring compliance with GSA FIPS 201 and DoD Approved Products Lists. Key tasks include installing a new desktop workstation for access control management, providing new key cores and master keys, and programming access levels for MICC employees. The work must minimize impact on historic buildings and include a three-year warranty. Strict adherence to security requirements, safety regulations, and waste disposal protocols is mandatory. The performance period is 120 days, with a firm-fixed-price task order anticipated.
    This Performance Work Statement (PWS) outlines the requirements for replacing the integrated access control door locking system at the Mission and Installation Contracting Command Headquarters (MICC HQ) on Joint Base San Antonio – Fort Sam Houston (JBSA-FSH), TX. The project involves replacing 120 electro-mechanical door locks across 13 buildings, ensuring seamless integration with the existing BEST WiQ Access Management Software. The contractor will provide all necessary personnel, equipment, and materials, including new hardware, software licenses, key cores, and master keys. The scope includes replacing 98 WiQ related door readers and lock systems, 22 standalone access control locks, and 21 WiQ Gateway Portals, while adding 8 new portals and a wireless bridge to connect buildings 601 and 602 to the existing system. A new desktop computer will also be installed in building 601 to serve as a secondary control station. The contractor must comply with federal standards, minimize impact on historic buildings, and provide a three-year warranty on all parts and labor. Security requirements, including personnel clearances, installation access, and key control, are strictly defined. The period of performance is 120 days from the award date.
    This Performance Work Statement (PWS) outlines the requirements for replacing and upgrading the integrated access control door locking system at the Mission and Installation Contracting Command Headquarters (MICC HQ) on Joint Base San Antonio – Fort Sam Houston (JBSA-FSH), TX. The project involves replacing 120 existing access control locks, including WiQ wireless door readers and keypads, across 13 buildings, and integrating 22 standalone locks into the existing BEST WiQ Access Management Software. The contractor will also replace and add WiQ Gateway Portals, install a wireless bridge, and set up a second control station desktop computer. Key aspects include providing all necessary hardware and software licensing, ensuring compatibility with existing employee credentials (keypad, CAC, and PIV cards), and adhering to GSA FIPS 201 and DoD Approved Products Lists. The project emphasizes minimizing impact to historic buildings, providing comprehensive warranties for parts and labor, and strict adherence to safety and security protocols.
    The Integrated Access Control Door Locking System Performance Work Statement (PWS) outlines the requirements for replacing electro-mechanical door locks at the Mission and Installation Contracting Command Headquarters (MICC HQ) in Fort Sam Houston, TX. The contractor is tasked with providing all necessary resources to install new locks that integrate with the existing wireless access control system. Key objectives include ensuring seamless communication with management software and maintaining compliance with federal standards. The document details the scope of work, including the removal, installation, and activation of locksets, and emphasizes rigorous quality control and security measures throughout the project. Contractors must ensure minimal impact on the historic buildings during installation and provide warranties for the systems installed. Specific performance standards and acceptable quality levels are set for various tasks such as hardware and software compliance, installation accuracy, and communication efficiency. This government RFP exemplifies the federal process for securing contractor services, emphasizing the importance of meeting specified technical and operational standards to ensure the security of personnel and facilities at a critical government site.
    The "Follow Up Questions and Answers Matrix" for RFP #W9124J-25-Q-LCKS addresses key inquiries regarding lockset procurement for Joint Base San Antonio, Fort Sam Houston. The document clarifies that the current lockset keyway is BA-0348_Cormax, which must be interoperable with the Wi-Q Access Control System. It specifies that new 7-pin SFIC locks and keys should be "Keyed Differently" for optimal operational security, resulting in 240 total keys. The government emphasizes that the contractor must possess the necessary certifications for Dormakaba keypad installations and refers to the Performance Work Statement (PWS) for details on alternative lockset solutions, responsibility for minor damages during installation, and the potential for a change to a single, new type of access card. This matrix serves to provide clarity and guidance to potential vendors for the RFP.
    The U.S. Army Mission and Installation Contracting Command (MICC) at Fort Sam Houston issued a Special Notice for a site visit regarding the "Access Control System Door Locks" solicitation (W9124J-25-Q-LCKS). This pre-proposal site visit on August 6, 2025, at 9:00 am CDT, at Building 607, JBSA-Fort Sam Houston, Texas, is for interested offerors. Attendees must submit their names by July 31, 2025, at 10:00 am CDT, to Nicolette Rapolla and Ralph Bowie. Each contract holder is limited to two attendees. A DRAFT Performance Work Statement (PWS) is attached. While technical questions can be asked during the visit, all official questions must be submitted in writing by August 7, 2025, at 1:00 pm CDT. Photos, videos, and personal vehicles are permitted.
    The U.S. Army Mission and Installation Contracting Command (MICC) is issuing a special notice for a site visit related to an RFP for Access Control System Door Locks at JBSA-Fort Sam Houston, Texas. The site visit is scheduled for August 6, 2025, with a pre-proposal meeting on July 31, 2025. Interested contractors must submit participant names by the specified deadline to the listed government contacts. Each contractor may have two attendees. Written questions regarding the project must be submitted to the contracting team, as verbal answers will not amend requirements. The notice emphasizes guidelines for participation, including permission to take photos and use personal vehicles. The document also includes a draft Performance Work Statement as an attachment, providing further details on the project. This initiative reflects a significant investment in security infrastructure by the Army, indicating a commitment to enhancing safety measures at installations.
    Solicitation Number W9124J-25-Q-LCKS Amendment 003 is a Request for Quote (RFQ) for Access Control System Door Locks. The acquisition, with NAICS Code 561621 ($25M small business size standard), seeks to replace exterior and interior access control locks at Joint Base San Antonio, Fort Sam Houston. The contractor will integrate new locksets into the existing Best WiQ Access Management Software, enabling limited access, controlled exterior access, and audit trail capabilities. The period of performance is 120 days from award. Key deadlines include a site visit on August 6, 2025, a question deadline of August 7, 2025, and a submission deadline of August 27, 2025. Proposals must be submitted electronically. The document also specifies required clauses, provisions, and instructions for offerors, including electronic submission of payment requests via Wide Area WorkFlow (WAWF).
    The federal government, specifically the Army, has issued an amendment (001) to Solicitation Number W9124J-25-Q-LCKS, an RFQ for Access Control System Door Locks. The project, located at Joint Base San Antonio, Fort Sam Houston, requires the contractor to replace existing exterior and interior access control locks, ensuring integration with the current Best WiQ Access Management Software. This includes removal, installation of new contractor-procured locksets, and activation, ensuring limited and controlled access with audit trail capabilities. The NAICS code is 561621 (Security Systems Services, except Locksmiths) with a small business size standard of $25M. Key deadlines include a site visit on August 6, 2025, a question deadline of August 7, 2025, and a submission deadline of August 15, 2025. The period of performance is 120 days from the award date. Offerors must submit a proposed Contract Line Item (CLIN) Structure and adhere to detailed submission instructions, including providing a technical description and completing FAR 52.212-3 representations and certifications. Payments will be made via Wide Area WorkFlow (WAWF) using an Invoice 2in1 document type for fixed-price services.
    This government Request for Quote (RFQ) W9124J-25-Q-LCKS, Amendment 002, seeks proposals for the replacement of access control system door locks at Joint Base San Antonio, Fort Sam Houston. The contractor will be responsible for removing existing locksets, procuring and installing new ones, and ensuring seamless integration with the current Best WiQ Access Management Software. The new system must provide controlled access, limited interior access, and audit trail capabilities. The project has a 120-day period of performance. Offerors must submit a proposed Contract Line Item (CLIN) Structure and adhere to strict deadlines for questions (August 7, 2025), follow-up questions (August 20, 2025), and proposal submission (August 27, 2025). Proposals must be submitted electronically. The solicitation includes various Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) clauses, emphasizing compliance and electronic invoicing via the Wide Area Workflow (WAWF) system.
    The solicitation W9124J-25-Q-LCKS Amendment 004 is a Request for Quote (RFQ) for Access Control System Door Locks at Joint Base San Antonio, Fort Sam Houston. The project requires replacing exterior and interior access control locks, integrating them with the existing Best WiQ Access Management Software. The period of performance is 120 days from the award date. Key evaluation criteria include hardware and software compatibility with the Wi-Q system and special qualifications such as a minimum of three years of Wireless Access Control Interface Experience, Access Control System Certification, professional certifications/licenses, and experience with historic buildings. The award will be made to the lowest-priced, technically acceptable offer. Important deadlines include a site visit on August 6, 2025, a question deadline of August 7, 2025, and a submission deadline of August 27, 2025. Payments will be made via Wide Area WorkFlow (WAWF).
    The document outlines a Request for Proposal (RFP) for the acquisition of access control system door locks, identified by Solicitation Number W9124J-25-Q-LCKS. The purpose is to replace exterior and interior access control locks at Joint Base San Antonio, Fort Sam Houston, ensuring integration with existing Best WiQ Access Management Software. The contractor is responsible for the removal and installation of locksets, verifying that they work with the wireless access control system while ensuring limited and controlled access to specified rooms. Offerors must submit questions by August 6, 2025, and proposals electronically by August 15, 2025. The evaluation criteria are not specified, and the government does not have a proposed Contract Line Item Structure, inviting quotes to include a suggested structure. The period of performance is set at 120 days from award, and prompt payment terms apply per FAR regulations. Overall, the RFP emphasizes the importance of security and integration, highlighting compliance with federal acquisition regulations and encouraging small business participation within specified constraints.
    The federal solicitation W9124J-25-Q-LCKS seeks proposals for an Access Control System Door Locks project at Joint Base San Antonio, Fort Sam Houston. The primary aim is to replace existing exterior and interior access control locks, integrating them with the current Best WiQ Access Management Software. Contractors must submit quotes electronically, including a proposed Contract Line Item Number (CLIN) structure. The project duration is set for 120 days post-award. Key dates include a site visit on August 6, 2025, questions due by August 7, 2025, and proposals due by August 15, 2025. Offerors are encouraged to contact the Contract Specialist or Contracting Officer for inquiries. The solicitation follows FAR guidelines, allowing for commercial item proposals. Evaluation criteria are unspecified, but contractors must adhere to a range of clauses regarding payment, ethics, and business conduct. The small business size standard for this NAICS code (561621) is $25 million. The procurement emphasizes compliance with all regulations and retaining thorough documentation throughout the proposal process. This initiative underscores the government's ongoing investment in upgrading security measures across military bases.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    6350--Additional Door Hardware for Physical Access Control System (PAC)
    Buyer not available
    The Department of Veterans Affairs, Network Contracting Office 16, is seeking qualified contractors to provide installation services for additional door hardware as part of the Physical Access Control (PAC) system at the Michael E. DeBakey VA Medical Center in Houston, TX. The project aims to enhance physical security by adding card access capabilities to four doors within the Domiciliary Residential and Rehabilitation Treatment Program facility, requiring contractors to supply labor, materials, equipment, and transportation for the installation of additional controllers. This Sources Sought Notice serves as market research to identify potential contractors who are authorized distributors for ACRE and certified to work on the existing DNA Fusions open options system. Interested parties must submit their responses by December 8, 2025, and direct any questions to Contract Specialist Eugene Jackson at eugene.jackson2@va.gov by December 2, 2025.
    Fire Suppression Systems Maintenance Services for Joint Base San Antonio Fort Sam Houston
    Buyer not available
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for Fire Suppression Systems Maintenance Services at Joint Base San Antonio Fort Sam Houston. The contractor will be responsible for the inspection, testing, maintenance, and repair of fire suppression systems across multiple facilities, ensuring compliance with manufacturer specifications and NFPA standards. This contract is critical for maintaining safety and operational readiness, with an estimated total value of $12.5 million over a five-year period, from January 2026 to December 2030. Interested small businesses must submit their proposals by December 8, 2025, and can direct inquiries to Chad Olson at chad.olson.4@us.af.mil or Emily A. Rodriguez at emily.rodriguez.8@us.af.mil.
    DON/AA FSSD DOOR LOCKING HARDWARE
    Buyer not available
    The Department of the Navy, specifically the Assistant for Administration (DON/AA), is seeking to procure FEDSTA 2807B high security locks to enhance the protection of classified spaces and containers in accordance with Federal Specification FF-L-2740B. This procurement is critical for ensuring compliance with security standards as evaluated by the DoD Lock Program, which was established to oversee the testing and evaluation of such security hardware. Interested vendors can reach out to George D. Bozadjian at george.d.bozadjian.civ@us.navy.mil or by phone at 703-693-0193 for further details regarding this opportunity, which is based in Washington, DC.
    CTX Waco Bldg. 8 Access Control Service
    Buyer not available
    The Department of Veterans Affairs is seeking qualified contractors for the installation of an access control system at the Dorris Miller VA Medical Center, specifically in Building 8 located in Waco, Texas. The project involves integrating an access control system into the existing CCURE 9000 platform for eight doors, requiring the contractor to supply and install electrified door hardware, modify electric strikes, and run network drops to an adjacent OIT closet, all to be completed within a 60-day timeframe. This procurement is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and emphasizes compliance with federal, state, and local regulations, with a response deadline of December 15, 2025, at 4:00 PM Central Time. Interested parties can reach out to Taminie Panich at taminie.panich@va.gov for further information.
    Overhead Door Repair/Replace for Fort Drum, NY
    Buyer not available
    Presolicitation DEPT OF DEFENSE DEPT OF THE ARMY is seeking multiple vendors for a Blanket Purchase Agreement (BPA) for Overhead Door Repair/Replacement on Fort Drum, NY. This service is used for repairing and replacing overhead doors in various buildings on Fort Drum. Interested parties must be registered with the System for Award Management (SAM) under NAICS Code 238290. The BPAs will be evaluated annually and may remain in place for up to five years. Please respond via email with intent to participate.
    Bridge for Biomedical Equipment Technicians
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking to procure services related to the maintenance, repair, and rebuilding of medical, dental, and veterinary equipment and supplies at Joint Base San Antonio (JBSA) Ft Sam Houston, Texas. This opportunity is focused on supporting biomedical equipment technicians, ensuring that critical medical equipment remains operational and effective for military healthcare services. The procurement is vital for maintaining the readiness and reliability of medical equipment used in various military operations. Interested parties can reach out to Kathy Clayton at kathy.g.clayton.civ@health.mil or by phone at 210-539-8663 for further details regarding this opportunity.
    Vehicle Maintenance Shop#71
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers – Fort Worth District, is seeking industry input for the construction of Vehicle Maintenance Shop 71 at Fort Hood, Texas. This project involves a Design-Bid-Build approach to create a large vehicle maintenance facility, including tactical vehicle parking, storage, and integrated systems, with an estimated cost ranging from $25 million to $100 million and a duration of 900 days. The initiative is crucial for enhancing the operational capabilities of military vehicles and ensuring efficient maintenance services. Interested firms, both small and large, are encouraged to submit their company information, experience, and insights regarding Project Labor Agreements and labor market conditions by December 9, 2025, to primary contact Rodney Alexander at rodney.d.alexander@usace.army.mil or secondary contact Matthew Dickson at matthew.s.dickson@usace.army.mil.
    Service Proprietary Hangar 1048 Fabric Doors at NAS Fort Worth
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Command Southeast, is seeking a contractor to service proprietary Verifcal Lifting Fabric hangar doors at Building 1048 located at Naval Air Station Fort Worth JRB, Texas. The contractor will be responsible for providing all necessary labor, parts, tools, equipment, materials, and transportation to complete the task, which is structured as a firm fixed price task order under a Federal Supply Schedule contract. This service is crucial for maintaining the operational readiness and safety of airfield structures at the facility. Interested parties can reach out to Eric Smith at eric.c.smith6.civ@us.navy.mil or by phone at 817-782-5274, or contact Jeannette Sale at jeannette.c.sale.civ@us.navy.mil or 817-782-7985 for further details.
    AC Part - Self Locking Barrel Nuts
    Buyer not available
    The Department of Defense, specifically the Army Contracting Command-Redstone Arsenal, is conducting a sources sought notice to identify potential suppliers for self-locking barrel nuts (RMLH2577-108/010613323) needed at the Corpus Christi Army Depot in Texas. This market research aims to determine the procurement method, which may include setting aside the requirement for small businesses or proceeding with full and open competition. The self-locking barrel nuts are critical components used in various military applications, emphasizing the importance of reliable sourcing for defense operations. Interested vendors should confirm their interest in receiving a Request for Quote (RFQ) by emailing Harold Russell at harold.w.russell.civ@army.mil; however, this notice is for informational purposes only and does not constitute a solicitation or commitment by the government.
    Troop Appliance Maintenance and Repair (TAMR)
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking proposals for the Troop Appliance Maintenance and Repair (TAMR) contract at Joint Base Lewis-McChord (JBLM) in Washington. This non-personal services contract requires the contractor to provide periodic maintenance and repair of appliances, installation, connection, disconnection, and cleaning of dryer ducts and vent systems for Unaccompanied Housing facilities. The contract, valued at up to $19 million, is set to run from November 1, 2025, to March 31, 2030, and is designated as a Service-Disabled Veteran-Owned Small Business (SDVOSBC) set-aside. Interested parties must submit their proposals electronically by December 12, 2025, and can direct inquiries to Scott Byrd or Jason McCormick via the provided contact information.