Opportunity
SAM #W91236-26-Q-A001
Modernized Electronic Security System and Gate Upgrade at Fort Norfolk, Virginia
Buyer
USACE Norfolk District
Posted
May 07, 2026
Respond By
May 20, 2026
Identifier
W91236-26-Q-A001
NAICS
561621, 238210, 238990
The U.S. Army Corps of Engineers, Norfolk District, is seeking industry input for a comprehensive modernization of the Electronic Security System (ESS) and perimeter gates at Fort Norfolk, Virginia. - Government Buyer: - U.S. Army Corps of Engineers, Norfolk District (ENDIST NORFOLK) - OEMs and Vendors Mentioned: - AMAG Symmetry (access control management system) - HID-compatible readers (credential readers) - Telaeris XPID201 (handheld badge scanners) - Milestone Professional+ (video surveillance/video management software) - Products and Services Requested: - Complete access control system (servers, workstations, software, licensing, controllers, panels, readers, credential interfaces, cabling, and supporting components) - Access card and credential readers (HID-compatible) - Handheld badge/credential scanners (Telaeris XPID201 or equivalent) - Video surveillance system (cameras, recording/storage, VMS software, servers, monitors, NDAA-compliant cameras) - Perimeter fencing, vehicle and pedestrian gates, gate operators, controls, safety devices, sensors, remote operating devices, mounting hardware, and foundations - Project management, planning, and coordination - Installation, integration, testing, commissioning, and training - Warranty and maintenance support - Unique or Notable Requirements: - All systems must be fully integrated, operational, and compatible with or functionally equivalent to the specified OEMs - Compliance with Federal, DoD, Army, USACE, cybersecurity, supply-chain, physical security, antiterrorism, operations security, installation access control, and Unified Facilities Criteria - NDAA-compliant camera units where required - Industry feedback requested on ability to provide compatible or equivalent solutions
Description
Modernized Electronic Security System Fort Norfolk, Norfolk, Virginia
The U.S. Army Corps of Engineers, Norfolk District, is conducting market research to identify qualified and capable sources that can provide a modernized Electronic Security System at Fort Norfolk, Norfolk, Virginia. This Sources Sought notice is issued for market research purposes only. This notice does not constitute a solicitation, request for proposal, request for quotation, invitation for bid, or commitment by the Government to issue a future solicitation or award a contract.
The Government is considering an open-market acquisition strategy and is seeking information from industry regarding firms capable of performing the anticipated requirement.
The anticipated requirement includes non-personal services for the procurement, installation, integration, testing, commissioning, documentation, training, and maintenance of a modernized Electronic Security System. The Contractor would be required to provide all personnel, supervision, management, equipment, supplies, facilities, transportation, tools, materials, software, licensing, testing instruments, documentation, and other items necessary to deliver a complete, integrated, tested, and operational security system.
The anticipated scope includes modernization of Fort Norfolk’s physical and electronic security posture through access control, video surveillance, security monitoring, perimeter gate, and perimeter fencing improvements. The work may include a physical access control management system compatible with the existing access control environment currently using “AMAG Symmetry”; access card readers / credential readers compatible with existing credentialing requirements, including “HID-compatible readers”; handheld credential verification and badge scanner devices functionally equivalent to “Telaeris XPID201”; and a video surveillance system / video management software platform capable of integrating with or providing functionality comparable to “Milestone Professional+.”
The brand-name references above are provided for market research purposes only to describe the existing environment, compatibility needs, and general functional capability currently anticipated by the Government. The Government is seeking industry feedback regarding whether capable sources can provide compatible, interoperable, or functionally equivalent solutions that meet the Government’s operational requirements.
The Government is seeking information from industry regarding the availability of sources capable of furnishing and installing complete Electronic Security System solutions, including access control, video surveillance, system integration, servers, workstations, software, licensing, cameras, recording and storage capability, monitoring displays, cabling, mounting hardware, networked components, gate controls, safety devices, sensors, and remote operating devices. The requirement may also include replacement or upgrade of designated perimeter fencing, vehicle gates, pedestrian gates, gate operators, and related access control infrastructure.
The completed system must be capable of supporting Government security operations, including management of access permissions, monitoring of entry control points, video recording and playback, centralized viewing, support to guard force operations, and response to unauthorized access or security events. The system must comply with applicable Federal, DoD, Army, USACE, cybersecurity, supply-chain, physical security, antiterrorism, operations security, installation access control, and Unified Facilities Criteria requirements.
Interested firms are requested to submit a capability statement demonstrating their ability to perform the anticipated requirement. Capability statements should address relevant experience with integrated electronic security systems, access control systems, video surveillance systems, security system software, perimeter gate/fence integration, testing and commissioning, cybersecurity and supply-chain compliance, training, closeout documentation, warranty support, and maintenance.
Capability statements should also address the firm’s ability to provide systems that are compatible with the existing Fort Norfolk security environment or provide functionally equivalent solutions that meet the Government’s operational requirements. Responses should identify whether the firm has experience with systems comparable to the following functional areas:
Physical access control management system compatible with an existing environment currently using “AMAG Symmetry.”
Access card readers / credential readers compatible with existing credentialing requirements, including “HID-compatible readers.”
Handheld credential verification and badge scanner devices functionally equivalent to “Telaeris XPID201.”
Video surveillance system / video management software platform capable of integrating with or providing functionality comparable to “Milestone Professional+.”
Interested firms should include the following information in their response:
Company name, address, point of contact, phone number, and email address.
Unique Entity Identifier, CAGE Code, and confirmation of active SAM.gov registration.
Business size and socioeconomic status, including whether the firm is a small business, 8(a), HUBZone, Service-Disabled Veteran-Owned Small Business, Woman-Owned Small Business, or other socioeconomic category.
Recommended NAICS code for this requirement and business size under that NAICS code.
Brief description of relevant experience performing similar electronic security system, access control, video surveillance, perimeter gate, fence, and system integration work.
Examples of recent and relevant projects, including contract number if available, customer, location, dollar value, period of performance, and brief description of work performed.
Statement of whether the firm can perform as a prime contractor and the anticipated percentage of work the firm would perform with its own employees.
Statement identifying whether the firm can provide compatible, interoperable, or functionally equivalent solutions for the existing security environment.
Any recommended acquisition considerations, commercial practices, contract type considerations, lead times, supply-chain limitations, cybersecurity considerations, or other market information the Government should consider.
Responses to this Sources Sought notice are requested no later than 2:00 PM Eastern Daylight Time (EDT) on 20 May 2026. Responses shall be submitted electronically to the Contract Specialist and Contracting Officer identified in this notice.
Late responses may be reviewed at the Government’s discretion for market research purposes; however, the Government is not obligated to review or consider responses received after the stated response date and time.
This Sources Sought notice is for market research purposes only and does not constitute a solicitation, request for quotation, request for proposal, invitation for bid, or commitment by the Government. The Government will not reimburse respondents for any costs incurred in preparing or submitting responses to this notice. The Government will use the information received to determine market capability, acquisition strategy, potential small business participation, and other planning considerations.