Opportunity
SAM #PANMCC26P0000044123
Lock Cores and Keys for A-2 Master Key System at Fort Hood, Texas
Buyer
MICC Fort Cavazos
Posted
April 27, 2026
Respond By
May 01, 2026
Identifier
PANMCC26P0000044123
NAICS
561622
The U.S. Army at Fort Hood, Texas, is seeking locksmith service providers for a new A-2 master key system. - Government buyer: W6QM MICC-FDO FT HOOD, Mission Installation Contracting Command, 418TH CSB - Products requested: - 579 new 7-pin lock cores (26D satin chrome finish), each pinned to a unique bitting code - Approximately 1,462 keys (change keys, master keys, control keys), quad-milled and stamped per Fort Hood Key Stamp SOP - Keyways include J, K, and M; master and control keys cut on quad-milled J, K, L, and M operating keys - Services required: - Licensed locksmith services per Texas state law - Strict control and tracking of keys and bitting codes - Unique requirements: - All keys must be stamped and marked according to Fort Hood specifications - Compliance with Texas licensing for locksmiths - No specific OEMs or brands are named in the notice - Place of performance: Fort Hood, Texas - Estimated period of performance: 8–10 weeks from award
Description
Synopsis:
This is a Sources Sought notification for information and planning purposes only. It does not constitute a Request for Proposal (RFP) or a promise to issue an RFP in the future. The Government is seeking to identify qualified and experienced locksmith service providers capable of supplying and delivering a large quantity of lock cores and keys for a new master key system at Fort Hood, Texas.
Project Overview:
The U.S. Army, Directorate of Public Works (DPW), Fort Hood, Texas, requires a contractor to provide and deliver expand existing system 7-pin lock cores and keys in accordance with the specifications detailed in the official work order and supplemental documents. The project will establish a new Level 2, 7-pin A-2 master key system for multiple rooms and doors, including common entrances that require cross-keying.
Scope of Work:
System Type: Level 2, 7-pin A-2 master key system. Cores: Approximately 579 new 7-pin cores with a 26D (satin chrome) finish, each pinned to a unique bitting code. ( See Attachment #1) Keys: Approximately 1,462 keys, including: Change keys for individual rooms (5 per room) 12 master keys and 12 control keys, quad-milled and properly stamped Keyways: J, K, and M keyways; master and control keys must be cut on a quad-milled J, K, L, and M operating key. Key Stamping: All keys must be cut and stamped to the precise specifications outlined in the Fort Hood Key Stamp SOP, including building/room numbers, unique codes, and "U.S. GOVT. DO NOT DUPLICATE" on the reverse. Master and control keys have their own specific marking requirements. (See Attachment #1) Documentation: A complete bitting list will be provided upon Award(Post award conference) . Submit key schedules, bitting codes, and marking details as per the attached supplemental instruction sheets. Turnover: All unused keys, bitting codes, and key schedules must be turned in to DPW Supply before final payment. Coordination: Contractor must coordinate with DPW
Keying and Marking Requirements:
Each room/location will have a unique bitting code. Keys must be marked with building and room numbers; master/control keys must be marked with “M” or “C” as appropriate. Markings must be between 1/16” and 1/8” in size, legible to the eye.
Security and Compliance:
All locksmith work must be performed by licensed professionals per Texas state law. Strict control and tracking of keys and bitting codes is required, including registered mail for sensitive information.
Estimated Period of Performance:
8–10 weeks from award.
Submission Requirements:
Interested firms should submit the following information by [Insert Date]:
Company name, address, point of contact, phone number, and email. DUNS number and CAGE code. Proof of State of Texas locksmith license. Relevant experience with similar projects, especially for government or military facilities. Capability statement addressing the ability to meet the requirements outlined above. Business size and socioeconomic status (e.g., Small Business, SDVOSB, WOSB, etc.).
Responses Should be Sent to:
Mr. Newson- Contracting Officer
marcellus.j.newson.civ@army.mil
SSG Ron – Contract Specialist
Disclaimer:
This Sources Sought Notice is for informational and planning purposes only and does not constitute a solicitation or commitment by the Government. No contract will be awarded from this announcement. The Government will not reimburse any costs incurred in responding to this notice.