Security Maintenance

Project ID: RIVPAN0000027793 FederalOpportunitiesSources Sought
Overview
AgencyMICC Fort Gordon
Deadline01/30/26
Posted01/09/26
Estimated Value$500,000 - $2,000,000 (AI estimate)
Set AsideNone
NAICS561621 - Security Systems Services (except Locksmiths)
PSCJ063 - Maint/Repair/Rebuild Of Equipment- Alarm, Signal, And Security Detection Systems
LocationFort Gordon, GA 30905 United States
Description
Primary Latest Change

SOURCES SOUGHT SYNOPSIS

THIS IS A Sources Sought Notice ONLY. The U.S. Government desires to procure a Security Maintenance services contract to provide for the Dwight D. Eisenhower Army Medical Center (DDEAMC) Fort Gordon, Georgia on a small business set-aside basis, provided 2 or more qualified small businesses respond to this sources sought synopsis with information sufficient to support a set-aside. Your responses to the information requested will assist the Government in determining the appropriate acquisition method, including whether a set-aside is possible. We encourage all small business concerns, in all socioeconomic categories (including, 8(a) Business Development Program, Small Disadvantage Business, Historically Underutilized Business Zone, Service-Disabled Veteran-Owned, Women-Owned Small Business concerns), to identify their capabilities in meeting the requirement at a fair market price. This notice is issued solely for information and planning purposes it does not constitute a Request for Quote (RFQ)/Invitation for Bid (IFB)/Request for Proposal (RFP) or a promise to issue an RFQ, IFB or RFP in the future. This notice does not commit the U.S. Government to contract for any supply or service. Further, the U.S. Government is not seeking quotes, bids or proposals at this time and will not accept unsolicited proposals in response to this sources sought notice. The U.S. Government will not pay for any information or administrative costs incurred in response to this notice. Submittals will not be returned to the responder. Not responding to this notice does not preclude participation in any future RFQ or IFB or RFP, if any is issued. If a solicitation is released, it will be synopsized on the Government wide Point of Entry. It is the responsibility of potential offerors to monitor the Government wide Point of Entry for additional information pertaining to this requirement. The anticipated NAICS code is 561621, Security Systems Services (except Locksmiths) with a size standard of $25,000,000.00. A need is anticipated to provide Security Maintenance services for the DDEAMC Fort Gordon, Georgia. The contractor shall provide all personnel, equipment, supplies, facilities, transportation, tools, materials, supervision, and other items and services necessary to perform Security Maintenance services as defined in this Performance Work Statement except for those items specified as government furnished property and services. The contractor shall perform to the standards in this contract. Attached are the draft Performance Work Statement (PWS), Performance Requirements Summary (PRS) and/or Technical Exhibits with workload data. In response to this sources sought, please provide: 1. Name of the firm, point of contact, phone number, UEI, email address, 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. If the company has a GSA Schedule provide the schedule number. 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. Identify what percentage of work will be performed by the small business prime contractor and all similarly situated entity subcontractors. Note: In accordance with FAR 52.219-14 Limitations on Subcontracting (DEVIATION 2020-O0008) Similarly situated entity means a first-tier subcontractor, including an independent contractor, that has the same small business program status as that which qualified the prime contractor for the award and that is considered small for the NAICS code the prime contractor assigned to the subcontract the subcontractor will perform. An example of a similarly situated entity is a first-tier subcontractor that is a HUBZone small business concern for a HUBZone set-aside. 4. Identify type(s)/certifications(s) such as SDB, 8(a), HUBZone, SDVOSB, WOSB, etc.) of the proposed subcontractors. 5. 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. 6. Identify how the Army can best structure these contract requirements to facilitate competition by and among small business concerns. 7. Recommendations to improve the approach/specifications/draft PWS/PRS to acquiring the identified items/services. 8. 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 210-466-2269, 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 Beta Sam notice. Provide the specific aspects that unreasonably restrict competition and the rationale for such conclusion. 9. Submit your response to this Sources Sought, including any capabilities statement, to the Contract Specialist SIR OVYNTEN Rivera in Microsoft Word or Portable Document Format (PDF), via email sirovynten.d.rivera.civ@army.mil No Later Than 13:00 on 24 November 2025 and reference this synopsis number in subject line of e-mail and on all enclosed documents. Information and materials submitted in response to this request WILL NOT be returned. DO NOT SUBMIT CLASSIFIED MATERIAL.

Summary (Newest Update)

Background The U.S. Government, specifically the Dwight D. Eisenhower Army Medical Center (DDEAMC) located at Fort Gordon, Georgia, is seeking to procure a Security Maintenance services contract. The goal of this contract is to ensure the safety and security of patients, visitors, and staff by maintaining security systems that protect classified materials and high-value items. This sources sought notice aims to gather information from small businesses to determine the appropriate acquisition method, including potential set-asides for small business concerns across various socioeconomic categories. Work Details The contractor shall provide all personnel, equipment, supplies, facilities, transportation, tools, materials, supervision, and other items necessary to perform Security Maintenance services as defined in the Performance Work Statement (PWS). Key tasks include: 1. Maintaining existing and new security systems including access control and CCTV systems; 2. Providing 24/7 technical support; 3. Conducting regular inspections and quality assurance audits; 4. Providing training for security staff on operating procedures; 5. Ensuring all security hardware is in good operating condition; 6. Performing software updates and backing up system files monthly; 7. Replacing faulty parts to maintain system functionality; 8. Developing a quality control program to ensure compliance with performance standards. Period of Performance The period of performance is from September 1, 2025, to August 31, 2026, with options for four additional 12-month periods. Place of Performance The work will be performed at the Dwight D. Eisenhower Army Medical Center (DDEAMC) and at all external building locations on Fort Gordon that have security equipment.

Contacts
Contact nameSir Ovynten Rivera
Contact emailsirovynten.d.rivera.civ@army.mil
Contact phone(706) 791-1802
Same Region Opportunities

Sanitary Capacity

Agency: MICC Fort Gordon

Location: Fort Gordon, Georgia

NAICS: 238220