Installation of Automated Entry Control Systems (AECS)
ID: N6893626Q5011Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVAL AIR WARFARE CENTERCHINA LAKE, CA, 93555-6018, USA

NAICS

Other Communications Equipment Manufacturing (334290)

PSC

MISCELLANEOUS ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS (6350)
Timeline
    Description

    The Department of Defense, specifically the Naval Air Warfare Center (NAWCWD), is seeking a contractor to install Automated Entry Control Systems (AECS) at its facilities in China Lake and Point Mugu, California. The procurement aims to ensure compliance with Department of Defense security regulations, including DoD 5200.01 Volume 3 and OPNAV INST 5530.14E, which govern the protection of classified and unclassified information. The contractor must be a Hirsch Certified Dealer with prior government contract experience, and the project includes specific requirements for installation, documentation, and adherence to security codes. Interested parties should contact Gwynn Hartkopf at gwynn.l.hartkopf.civ@us.navy.mil, with the solicitation number N6893626Q5011 expected to be posted on or about October 20, 2025, and proposals due by October 27, 2025.

    Files
    Title
    Posted
    This Statement of Work (SOW) outlines the installation of Electronic Security Systems (ESS) and Automated Entry Control Systems (AECS) at Naval Air Warfare Center Weapon Division (NAWCWD) China Lake and Point Mugu, specifically for Buildings 2671 and 2672. The project aims to ensure compliance with DoD 5200.01 Volume 3 and OPNAV INST 5530.14E for classified and unclassified information protection. The contractor must adhere to various security and electrical codes, including NFPA and UL standards. Key requirements include coordinating installation schedules, concealing wiring in conduit, providing dedicated surge-protected power, and installing panels and equipment according to strict height and accessibility guidelines. The contractor is responsible for documentation, walk-throughs, punch list corrections, and providing a parts list. Specific AECS requirements involve using Hirsch controls, ScrambleProx keypads compatible with government-issued CACs, and installing tamper switches, door position switches, and request-to-exit switches. The contractor must be a Hirsch Certified Dealer with prior government contract experience. Security measures mandate US citizens for installation, background checks, and strict handling of Controlled Unclassified Information (CUI).
    This document is a solicitation/contract/order for commercial products and services, specifically for the installation of Automated Entry Control Systems (AECS) at Naval Air Warfare Center Weapons Division (NAWCWD) China Lake and Point Mugu. It is identified as a Women-Owned Small Business (WOSB) opportunity, with a solicitation number N6893626Q5011 and an offer due date of October 27, 2025. The document outlines detailed instructions for offerors, including requirements for technical evaluation, vendor contact information, invoicing via Wide Area WorkFlow (WAWF), and adherence to Federal Acquisition Regulations (FAR) and Department of Defense FAR Supplement (DFARS). Key sections cover delivery schedules, inspection and acceptance procedures, and specific clauses related to item unique identification and valuation, particularly for items with a unit acquisition cost of $5,000 or more. The project emphasizes compliance with various federal regulations and mandates electronic submission of payment requests and receiving reports.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Request for Information (RFI) Enterprise Physical Access Control System (PACS)
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard (USCG), is seeking information from potential vendors regarding an enterprise-level Physical Access Control System (PACS) through a Request for Information (RFI). The USCG aims to replace outdated security systems with a robust, integrated PACS that enhances physical security across its installations, ensuring compliance with federal mandates and improving identity verification processes. This initiative is critical for mitigating security vulnerabilities and operational risks, with an estimated budget of $16 million for acquisition and $116 million for operations over a ten-year period. Interested parties can reach out to Wendy Paulo at wendy.l.paulo@uscg.mil or call 571-608-9799 for further details.
    N063--WEAPONS DETECTION SYSTEM - Base plus 2 OY [605] | POP: 02/01/2026 - 01/31/2029
    Buyer not available
    The Department of Veterans Affairs (VA) is seeking quotes for a comprehensive Evolv Weapons Detection System (WDS) subscription and maintenance agreement for the VA Loma Linda Healthcare System (VALLHCS) in California. The procurement aims to ensure the functionality and security of the WDS at five primary entry points, with a contract period structured as a base year plus two option years, from February 1, 2026, to January 31, 2029. This system is critical for enhancing safety and security measures by enabling contactless security screening and effective threat detection. Interested Service-Disabled Veteran-Owned Small Businesses (SDVOSB) must submit their quotes by December 12, 2025, at 10:00 AM PDT, and can direct inquiries to Contracting Officer Norman Napper-Rogers at Norman.Napper-Rogers@va.gov.
    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.
    15--DOOR,AIRCRAFT
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting proposals for the procurement of aircraft doors under the title "15--DOOR, AIRCRAFT." This opportunity involves a firm fixed price spares purchase order, requiring contractors to maintain a quality control system compliant with established military standards and to ensure thorough inspection and documentation of all materials and processes. The goods are critical components for aircraft, emphasizing the importance of quality assurance in defense operations. Interested vendors should note that the solicitation deadline has been extended to December 15, 2025, and can direct inquiries to Helen I. Carmelo at 215-697-1138 or via email at HELEN.I.CARMELO.CIV@US.NAVY.MIL.
    Furniture, Finishes, and Equipment
    Buyer not available
    The Department of Defense, specifically the Naval Air Warfare Center, is seeking proposals for the procurement of furniture, finishes, and equipment under a combined synopsis/solicitation format. The objective of this procurement is to acquire commercial items in accordance with Federal Acquisition Regulation guidelines, with approximately 20 percent of the work to be performed at government sites in California, including China Lake, Point Mugu, and Port Hueneme, and 80 percent at the contractor's site. This acquisition is classified as unrestricted under NAICS code 337214, and interested offerors are required to submit detailed past performance information and complete a Contractor Performance Assessment Questionnaire to demonstrate their qualifications. Proposals must be directed to Ashley Bruce at the Naval Air Warfare Center, with a focus on adhering to the specified deadlines and requirements outlined in the solicitation documents.
    Naval Hospital Guam-Agana Expanded Badge Readers and Alarm Systems
    Buyer not available
    The Defense Health Agency (DHA) intends to award a sole-source contract to G4S Security Systems (Guam), Inc. for the procurement and installation of a badge access system, duress alarm system, and bathroom panic button system at Naval Hospital Guam-Agana (NHGA). This acquisition is necessary to enhance security measures within the Mental Health Department/Crisis Stabilization Program, ensuring that the new systems are compatible with the existing WinPak security framework at the facility. The contract is set to be awarded with a delivery date of September 30, 2025, and interested vendors may submit capability statements to challenge the sole-source basis by August 28, 2025, via email to Cha-on P. Gordon at cha-on.p.gordon2.civ@health.mil. No telephone requests will be honored.
    NAWCAD WOLF Aegis
    Buyer not available
    The Department of Defense, through the Naval Air Warfare Center Aircraft Division (NAWCAD), is soliciting proposals for the design, procurement, integration, testing, training, and support of Command, Control, Communications, Computers, and Intelligence (C4I) electronic Radio Communication Systems (RCSs) for various United States Navy vessels, including AEGIS destroyers and cruisers. This opportunity is part of the organic Lead Systems Integrator (oLSI) approach, which allows the government to maintain control over intellectual property and data rights while rapidly adapting solutions to meet the evolving needs of the warfighter. The selected contractor will play a crucial role in enhancing the operational capabilities of the Navy's surface combatants and comparable ships. Interested parties can reach out to Nicholas Suhosky at nicholas.a.suhosky.civ@us.navy.mil or call 443-975-4933 for further details.
    SOLE SOURCE – PHYSICAL SECURITY COMPONENTS
    Buyer not available
    The Department of Defense, specifically the Department of the Navy's NSWC Crane, is seeking to procure physical security components through a sole source justification. This procurement is categorized under miscellaneous alarm, signal, and security detection systems, indicating a focus on enhancing security measures. The goods and services sought are critical for maintaining operational security and ensuring the safety of personnel and assets. For further inquiries, interested parties can contact Shauna Pegg at shauna.m.pegg.civ@us.navy.mil for additional details regarding this opportunity.
    Trusted System SIPR Guard
    Buyer not available
    The Department of Defense, specifically the Department of the Navy, is seeking procurement for the Trusted System SIPR Guard, which falls under the category of IT and Telecom - Security and Compliance Products. This opportunity aims to acquire hardware and perpetual license software necessary for the SIPR Guard system, which is crucial for maintaining secure communications within military operations. Interested vendors can reach out to the primary contact, Cynthia Bernardez, at cynthia.bernardez@usmc.mil or by phone at 760-830-5110, or the secondary contact, Patrick L. Doyle, at patrick.doyle@usmc.mil or 760-830-5115, for further details regarding the procurement process.
    INDEFINITE DELIVERY INDEFINITE QUANTITY UNRESTRICTED MULTIPLE AWARD CONSTRUCTION CONTRACT FOR NEW CONSTRUCTION, RENOVATION, AND REPAIR OF COMMERCIAL AND INSTITUTIONAL FACILITIES USING ALTERNATIVE CONSTRUCTION METHODS (ACM) AT VARIOUS GOVERNMENT INSTALLATI
    Buyer not available
    The Department of Defense, through the Department of the Navy's NAVFACSYSCOM Southwest, is seeking contractors for an Indefinite Delivery Indefinite Quantity (IDIQ) Multiple Award Construction Contract focused on new construction, renovation, and repair of commercial and institutional facilities using Alternative Construction Methods (ACM) across various government installations in California, Arizona, Nevada, Utah, Colorado, and New Mexico. This procurement aims to award approximately eight contracts through a two-phase design-build selection procedure, emphasizing technical approach, experience, past performance, safety, and price, with a total estimated value exceeding $2.5 billion. The contract period spans two years with an option for an additional three years, and task orders will range from $15 million to $250 million, with a minimum guarantee of $5,000 for each awardee. Interested contractors should contact Shane Mahelona at shane.k.mahelona.civ@us.navy.mil or 619-705-4631, and must monitor the SAM website for the solicitation, expected to be posted on or about July 16, 2025.