This is a SOURCES SOUGHT announcement, a market survey for information only, to be used for preliminary planning purposes. THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT WILL BE AWARDED FROM THIS SYNOPSIS. No reimbursement will be made for any costs associated with providing information in response to this synopsis or any follow-up information requests.
The Field Directorate Office – Fort Sam Huston (FDO-FSH) has been tasked with soliciting and awarding a contract for the J2 Access Control System for Sensitive Compartmented Information Facilities (SCIFs) in support of Joint Task Force – Southern Border (JTF-SB) operations at Fort Huachuca, Arizona. The proposed acquisition will be a competitive, firm-fixed price contract procured in accordance with FAR 12 & 13, Commercial Products and Services with Simplified Acquisition Procedure (SAP) as the basis of award. The type of set-aside decision to be issued will depend upon the capabilities of the responses to this synopsis.
The purpose of this synopsis is to gain knowledge of interest, capabilities, and qualifications of various members of industry, to include the small business community: Small Business, Section 8(a), Historically Underutilized Business Zones (HUB-Zone), Service-Disabled Veteran-Owned Small Business (SDVOSB) and Women-Owned Small Business (WOSB). The government must ensure there is adequate competition among the potential pool of responsible contractors. Small businesses, Section 8(a), HUBZone, SDVOSB and WOSB businesses are highly encouraged to participate.
FDO-FSH is seeking qualified and experienced sources capable of providing the following salient characteristics. These characteristics are intended to re-enable the existing Lenel OnGuard Access Control System using the building’s current hardware. No modifications to the building will be required.
1) OnGuard 32ES Server Software License, SWS-32ES
2) Computer Tower
a) Memory/RAM: 1x16GB DDR5 4800MHz ECC Memory
b) Graphics/GPU: NVIDIA T400 4GB DDR6 Memory
c) Operating System: Windows 11 Pro
d) Intel® Xeon® W3-2435, 8 cores or better
e) TAA ProSupport Next Business Day Onsite 39 Months
3) 24” to 32" 4K UHD LCD Monitor - 16:9 - Textured Black - HDMI - DisplayPort
4) USB Common Access Card Reader - TAA Compliant
5) MORPHOSMART MSO 1300E3, COMPACT USB SCANNER FOR ONGUARD OPENCAPTURE ENROLLMENT. PLASTIC HOUSING, or equivalent
6) CAT 6 Plenum Cables WHITE - 1000 FT
7) Installation, Programming, Testing (Integrate with existing infrastructure), and Basic user level familiarization on how to operate software.
8) One-year warranty and Sustainment services (continued reliability and operational readiness of the system, include a timely maintenance support response time equal to the priority level to minimize disruptions and extend the system's longevity.)
9) Identify SIN # if you are GSA registered vendors.
The anticipated North American Industry Classification System code for this procurement is 561621, Security Systems Services (except Locksmiths), which has a small business size standard of $25M.
Not responding to this notice does not preclude participation in any future solicitation, if any is issued. The anticipated solicitation issuance period is expected in Fall 2025. The official synopsis citing the solicitation number will be issued on https://SAM.gov, and we invite vendors to register electronically to receive a copy of the solicitation when it is issued.
Interested vendor’s responses to this synopsis shall be limited to 5 pages and shall include the following information:
1. Name of the firm, point of contact, phone number, email address, Unique Entity Identifier (UEI) number, CAGE code, a statement regarding small business status (including small business type(s)/certifications(s) such as SDB, 8(a), HUBZone, SDVOSB, WOSB, etc.) and the corresponding NAICS code.
2. Identify whether your firm is interested in competing for this requirement as a prime contractor or not. Identify subcontracting, joint ventures or teaming arrangement that will be pursued, if any.
3. Information in sufficient detail regarding previous experience (indicate whether as a prime contractor or subcontractor) on similar requirements (include size, scope, complexity, timeframe, government or commercial), pertinent certifications, etc., that will facilitate making a capability determination.
4. Information to help determine if the requirement (J2 Access Control system Contract) is commercially available, including pricing information, basis for the pricing information (e.g., market pricing, catalog pricing), delivery schedules, customary terms and conditions, warranties, etc.
5. Identify any condition or action that may be having the effect of unnecessarily restricting competition with respect to this acquisition. Please contact the MICC Advocate for Competition, Scott Kukes, at scott.d.kukes.civ@mail.mil or 210-466-3015, if you believe that this action is unreasonably restricting competition. Include the subject of the acquisition, this announcement, and the MICC POC information from the SAMs notice. Provide the specific aspects that unreasonably restrict competition and the rationale for such conclusion.
6. Recommendations to improve the approach /specifications / draft PWS / PRS to acquiring the identified items/services.
Interested vendors shall respond to this sources sought synopsis no later than 4:00PM EST, 29 September 2025.
All interested firms must be registered in SAM to be eligible for award of government contracts.
Email your response to CPT Ryan (Jong) D. Lee (jong.d.lee2.mil@army.mil) and MAJ Daniel K. Jernigan (daniel.k.jernigan.mil@mail.mil).