Directorate of Simulation

SOL #: W9124G_DOSSolicitation

Overview

Buyer

DEPT OF DEFENSE
Dept Of The Army
W6QM MICC-FT RUCKER
FORT RUCKER, AL, 36362, United States

Place of Performance

Fort Rucker, AL

NAICS

Security Systems Services (except Locksmiths) (561621)

PSC

Communications Security Equipment And Components (5810)

Set Aside

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

Timeline

1
Posted
Mar 5, 2026
2
Last Updated
Mar 25, 2026
3
Submission Deadline
Apr 27, 2026, 5:00 PM

Qualification Details

Fit reasons
  • NAICS alignment with historical contract wins in similar service areas.
  • Scope strongly matches core technical capabilities and delivery model.
Risks
  • Past performance thresholds may require one additional teaming partner.
  • Potential clarification needed on staffing minimums before bid/no-bid.
Next steps

Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.

Quick Summary

The Department of the Army is soliciting proposals for Physical Security Systems Services for the Directorate of Simulation (DOS) at Fort Rucker, Alabama. This 100% Small Business Set-Aside opportunity seeks to maintain and upgrade Video Surveillance System (VSS) and Security Access Control/Badging and Monitoring System (SAC/BMS) infrastructure. Proposals are due by April 27, 2026, at 12:00 PM CDT.

Purpose & Scope

The Directorate of Simulation (DOS) at Fort Rucker, AL, requires a contractor to maintain and upgrade the physical security systems across its facilities, including Bldg 5440 and Bldg 5101. The primary objective is to ensure 24/7 security coverage, protecting classified material, high-value items, and the safety of personnel, students, and staff.

The scope of work includes furnishing, installing, maintaining, and upgrading VSS and SAC/BMS equipment and software. Key tasks involve:

  • Installation and maintenance of Lenel-compatible VSS and SAC/BMS, including ensuring program licenses remain active and providing software updates.
  • Training security staff on operating procedures and performing monthly system inspections.
  • Providing real-time monitoring capabilities and recorded data retention (30-60 days) with easy export to standard media.
  • Developing procedures manuals and providing updated panic button/Duress Alarm systems and badging templates.
  • Offering a one-year full system warranty, providing red line drawings, and supplying an on-site technician for monthly maintenance.
  • Upgrading video systems with high-performance, multi-point cameras and ensuring at least 60 days of video recordings.
  • Abating existing material, installing new, offering 5 free camera relocations per year, and providing spare parts. All installed systems must be Risk Management Framework (RMF) and TAA compliant.

Contract Details

  • Contract Type: Firm-Fixed-Price (FFP)
  • Period of Performance: May 22, 2026, to May 21, 2031 (base year + four option years).
  • Place of Performance: Fort Rucker, Alabama, covering all buildings/locations with DOS-monitored security equipment.
  • Set-Aside: 100% Small Business Set-Aside (open market).
  • NAICS Code: 561621 – Security Systems Services (Except Locksmiths), with a $25 million size standard.

Evaluation & Submission

This is a Lowest Price Technically Acceptable (LPTA) source selection. Proposals will be evaluated on two factors:

  • Technical Proposal (Volume I): Evaluated on a pass/fail basis, focusing on Staffing (personnel qualifications, backfill plan, security clearances, certified technicians) and Support Management (response times, parts availability, approach for performance information). This volume has a 40-page limit.
  • Price Proposal (Volume II): Evaluated for fairness, reasonableness, and potential unbalanced pricing. The Total Evaluated Price (TEP) will include the base year, option years, and a potential 6-month extension under FAR Clause 52.217-8.

Proposals must be submitted in PDF format via email to Contract Specialist Micheal R. Garrett (micheal.r.garrett3.civ@army.mil) by Monday, April 27, 2026, at 12:00 PM CDT. Initial proposals should represent the best and final offer.

Special Requirements & Site Visit

Key personnel requirements include NACI background clearance, AT Level I awareness training, and iWATCH training. Contractors must hold certifications for Lenel security systems, DoDD 8570 IAT Level 2 Cyber Security, Bosch Panic System, and FIPS 201 Approved Products. A site visit is scheduled for April 2, 2026, at 9 a.m. CST, meeting at Bldg. 5440 Night Hawk Street, Fort Rucker, AL 36362.

People

Points of Contact

Files

Files

Download
Download
Download
Download
Download

Versions

Version 3Viewing
Solicitation
Posted: Mar 25, 2026
Version 2
Sources Sought
Posted: Mar 5, 2026
View
Version 1
Sources Sought
Posted: Mar 5, 2026
View
Directorate of Simulation | GovScope