ContractSolicitationTotal Small Business Set-Aside (FAR 19.5)

Access Control for Building Maintenance

DEPT OF DEFENSE W9124C25QA011
Response Deadline
Jul 11, 2025
Deadline passed
Days Remaining
0
Closed
Set-Aside
Total Small Business Set-Aside (FAR 19.5)
Notice Type
Solicitation

Contract Opportunity Analysis

The Department of Defense, specifically the Army's Mission and Installation Contracting Command at Fort Jackson, South Carolina, is soliciting proposals for a contract to provide maintenance and support for Common Access Card (CAC) entryway systems at two designated buildings. The contract aims to ensure the operational integrity of these systems through non-personal service support, including maintenance, repair, and replacement services, with a focus on onsite technical assistance and compliance with established performance standards. This procurement is crucial for maintaining secure access to military facilities and is set aside exclusively for small businesses, with an estimated contract value of approximately $25 million over a five-year period, from August 1, 2025, to July 31, 2030. Interested vendors must submit their proposals by 1:00 PM EST on July 11, 2025, and can direct inquiries to the primary contact, Tequlia D. Holmes, via email at tequlia.d.holmes.civ@army.mil.

Classification Codes

NAICS Code
561621
Security Systems Services (except Locksmiths)
PSC Code
J059
MAINT/REPAIR/REBUILD OF EQUIPMENT- ELECTRICAL AND ELECTRONIC EQUIPMENT COMPONENTS

Solicitation Documents

7 Files
Attachment 2_Wage Determination 2015-4429 Rev 28.pdf
PDF81 KBJun 12, 2025
AI Summary
The document presents the Wage Determination No. 2015-4429 from the U.S. Department of Labor, detailing minimum wage rates and fringe benefits that contractors must adhere to under the Service Contract Act for work performed in specified counties in South Carolina. Key points include the requirements for minimum wage rates based on Executive Orders 14026 and 13658, which are set at $17.75 and $13.30 per hour, respectively, depending on contract dates. A comprehensive list of occupations with corresponding wage rates illustrates various job titles and pay scales within administrative, automotive, food service, healthcare, and other sectors. Additionally, the document specifies fringe benefits, such as health and welfare payments, vacation days, and paid holidays, while emphasizing the need for compliant employee classification. It discusses the process for requesting additional classifications or wage rates and underscores the importance of following conformance procedures for unlisted job categories. The overarching purpose is to ensure fair labor standards are maintained in federal contracts, thereby supporting equitable wage practices across contracted services. By establishing clear compensation structures, the document addresses the government's commitment to employee rights and labor regulations within the context of federal contracting.
Solicitation - W9124C25QA011.pdf
PDF2688 KBJul 9, 2025
AI Summary
This document outlines a Request for Proposal (RFP) targeting Women-Owned Small Businesses (WOSB) for a federal contract to provide maintenance and support for Common Access Card (CAC) entryway systems at Fort Jackson, South Carolina. The contract is valued at approximately USD 25 million, with an initial performance period from 01 July 2025 to 30 June 2026, and options extending to 30 June 2030. The RFP specifies submission guidelines, including required documents and formatting instructions for proposals across three volumes: General, Technical, and Price. Emphasizing a Lowest Price Technically Acceptable evaluation methodology, the RFP emphasizes compliance with various Federal Acquisition Regulation (FAR) clauses relevant to commercial products and services. The document underscores the importance of understanding the specifications, providing a sound management approach, and ensuring clarity in the proposal. It intends to foster competition among small businesses, particularly those owned by women, and serves as a mechanism for the federal government to procure essential services while adhering to procurement regulations.
Attachment 1_25QA011_ PWS.pdf
PDF227 KBJul 9, 2025
AI Summary
The Performance Work Statement (PWS) outlines a contract for the provision of support, maintenance, repair, and replacement services for the internal and external Common Access Card (CAC) entryway systems at the United States Army Institute for Religious Leadership (USAIRL) located at Fort Jackson, SC. The contractor is responsible for all personnel, tools, and materials necessary to fulfill the service requirements, except for specified government-furnished property. The service contract spans one base year with four optional renewal years, requiring onsite tech support and a help desk for technical inquiries. The contractor must adhere to strict quality control and assurance standards, report on maintenance activities, and ensure compliance with safety protocols. Performance metrics include timeliness for repairs and thorough inspection schedules. The document emphasizes contractor accountability and outlines key personnel roles, highlighting the importance of structured communication and operational conformity. Overall, it reflects the government's objective to maintain critical infrastructure while ensuring operational efficiency and compliance with federal standards.
Attachment 3_Fort Jackson Vetting Policy.pdf
PDF211 KBJul 9, 2025
AI Summary
The Fort Jackson Contractor Vetting Policy outlines the procedures and responsibilities for vetting contractor employees authorized to access DoD installations. This policy aims to ensure compliance with antiterrorism and immigration laws, verifying that contractors employ only authorized workers. Key provisions include the requirement for all contractors to obtain identification badges through the Contractor Verification System (CVS) or a temporary badge system for short-term projects. Contractors are responsible for submitting detailed contractor data and proof of employee eligibility, including E-Verify status. Non-compliance with badge requirements can result in removal from the installation and potential adverse contract action. Additionally, the policy encourages participation in the DHS’s IMAGE program, aimed at preventing unlawful employment through education and awareness initiatives. Overall, the document emphasizes the critical need for secure workforce management while safeguarding military installations from unauthorized access.
Solicitation Amendment W9124C25QA0110001 SF 30.pdf
PDF3322 KBJul 9, 2025
AI Summary
This document serves as an amendment to a solicitation for a project at Fort Jackson, SC, specifically regarding a site visit and deadline adjustments. Key changes include scheduling a mandatory site visit on July 1, 2025, and clarifying that all questions from contractors must be submitted by noon on July 7, 2025, with answers provided by the end of business on July 9, 2025. Furthermore, the due date for submissions has been extended from June 25 to July 11, 2025, at 1:00 PM EST. Additional instructions specify that offers must acknowledge receipt of this amendment to avoid rejection, outlining methods for submission and the importance of adhering to the new timelines. All modifications aim to ensure clarity, compliance, and a fair bidding process for involved contractors, aligning with standard requirements in federal procurement practices. This amendment is crucial for communication and operational transparency within the solicitation process.
Attachment 2_WD 2015-4429.pdf
PDF367 KBJul 9, 2025
AI Summary
The document pertains to government requests for proposals (RFPs) and grants targeting federal, state, and local initiatives. It outlines fundamental aspects related to procurement processes and funding opportunities within various government sectors. Key areas of focus include project eligibility, application guidelines, and evaluation criteria, which collectively aim to ensure transparency and foster competition among potential vendors. The document is structured to provide detailed instructions for submission, emphasizing adherence to specific timelines and required documentation. It serves as a critical resource for prospective applicants, offering insights into project design, programmatic objectives, and eligibility requisites. Furthermore, the document highlights the importance of compliance with regulatory frameworks and the necessity for proposals to demonstrate responsible financial management and sustainable practices. This is integral to garner federal and state support, underscoring a commitment to bolster local economies through strategic investments. Overall, the document facilitates a comprehensive understanding of the processes involved in securing government funding, thereby enabling various stakeholders to effectively navigate the complexities of grants and proposals.
25QA011_Questions and Answers_Access Control System Maintenance.pdf
PDF2539 KBJul 9, 2025
AI Summary
The document outlines inquiries and responses regarding maintenance and support for the RS2 Technologies Access Control System at two buildings, 10098 and 10100. The contractor will provide annual maintenance without a complete system replacement, focusing on service for components such as card readers and intercoms. Current conditions reveal that the system is operational, although it lacks compliance with GSA PACS solutions. Power supply stability is confirmed, with existing cabling and no need for additional conduit due to previously installed infrastructure. While the intercom and CCTV systems are included within the access control framework, the government plans to continue using the existing system for now. Equipment and parts maintenance details are specified, highlighting the contractor's responsibility for service without active service agreements. Overall, this document serves as a guide for contractors responding to the Request for Proposal (RFP) regarding the access control maintenance requirements, emphasizing adherence to specific operational standards and supporting infrastructure already in place.

Related Contract Opportunities

Project Timeline

postedOriginal Solicitation PostedJun 12, 2025
amendedAmendment #1· Description UpdatedJun 17, 2025
amendedAmendment #2· Description UpdatedJun 23, 2025
amendedAmendment #3· Description UpdatedJun 23, 2025
amendedAmendment #4· Description UpdatedJun 24, 2025
amendedLatest Amendment· Description UpdatedJul 9, 2025
deadlineResponse DeadlineJul 11, 2025
expiryArchive DateJul 26, 2025

Agency Information

Department
DEPT OF DEFENSE
Sub-Tier
DEPT OF THE ARMY
Office
W6QM MICC-FT JACKSON

Point of Contact

Name
Tequlia D. Holmes

Place of Performance

Columbia, South Carolina, UNITED STATES

Official Sources