W912LR26QA011
Access Control System PR Army National Guard, USPFO Bldgs. (s) 540, 769 & 770
DEPT OF DEFENSE > DEPT OF THE ARMY > NATIONAL GUARD BUREAU > JFHQ USPFO PR > USPFO PR PROCUREMENT > W7PA USPFO ACTIVITY PR ARNG
Quick analysis
Total Small Business set-aside under NAICS 561621 (size standard stated as $25M). Trace Systems’ profile indicates revenue of ~$49M and no small-business eligibility, creating a prime eligibility blocker.
Scope is physical Access Control System (AMAG panels/software; HID PIV/CAC readers) across two standalone sites in Puerto Rico (Fort Buchanan and Camp Santiago). Award basis is price-only to the lowest-priced, technically acceptable offer; POP 120 days.
Documents confirm two independent systems with 2 workstations, FIPS 201 compliance, SIP video/audio intercom with cameras (no NVR), Cat6 and conduit, OPSEC training, WAWF invoicing, and restrictions against covered telecom/Chinese components.
Even if subcontracting were possible, the opportunity is low-dollar, price-only, and outside Trace’s core differentiators; strategic value is limited. Some quantities are ambiguous (reader count), and legacy electrical drawings suggest potential installation complexities.
Scope summary
- Provide, install, configure, and maintain AMAG-based Access Control Systems at Fort Buchanan (Bldg. 541) and Camp Santiago (Bldgs. 769 & 770).
- Two standalone systems (no central networked control); provide two workstation clients (one per site).
- Readers/software must comply with FIPS 201 and read government-issued CAC/PIV; HID PIV-class or equivalent; dual-technology contactless (13.56 MHz DESFire EV2/EV3 or similar).
- SIP intercom with video/audio and cameras (≥2MP); cameras for intercom only; no NVR required.
- Cat6 cabling and conduit where pathways are unavailable; coordinate with fire alarm service provider as needed.
- Provide card printer at Bldg. 540 and non-PIV cards for visitors/damaged cards.
- Deliver within 120 calendar days; price-only LPTA; FFP CLINs by location.
- OPSEC Level I training within 10 days for contractor personnel; comply with DFARS 252.204-7012 and 252.204-7018; WAWF invoicing.
- Prohibit covered telecom/Chinese components; SAM/WAWF registration required.
- Material submittals (AF3000), QC Plan within 10 days, testing/acceptance, DD1354, and training for admins/users.
Dimension scores
Scope is physical Access Control System installation (AMAG panels/software; HID PIV/CAC readers) across two standalone sites (Q&A and SOW). This is adjacent to Trace’s systems integration and infrastructure capabilities but not a core differentiator area (company_profile core focuses on SATCOM, CDS, JADC2, edge compute).
Trace has Army experience (e.g., GTACS II, Army programs) but no cited past performance in physical access control installations. Agency is Army (National Guard Bureau/USPFO PR), which is adjacent to existing Army relationships but a different mission area (facility ACS).
This is a Total Small Business set-aside open RFQ (NAICS 561621). Trace is not small for the stated $25M size standard; we cannot access as a prime and would require teaming/subcontracting solely to participate.
Award is price-only LPTA. As a non-small business, Trace cannot prime and lacks a unique differentiator in physical ACS integration for this requirement; likely crowded field of qualified small, local low-voltage integrators in PR.
Execution risk for the technical scope appears moderate: two standalone systems, FIPS 201 compliance, 120-day POP, legacy building infrastructure (1984 plans) and PR logistics (Q&A and drawings). No unusual technical requirements beyond standard ACS/AMAG/PIV; however, installation coordination and potential infrastructure surprises increase risk slightly.
Low-dollar, price-only physical security install at PR ARNG. Limited linkage to Trace’s strategic lanes (SATCOM/JADC2/CDS). While Army is a Tier 1 target, this specific work offers minimal leverage into core programs.
Set-aside is Total Small Business under NAICS 561621 with $25M size standard (solicitation and metadata). Trace revenue (~$49M) indicates not small for this NAICS; therefore ineligible to prime. This is a clear compliance blocker.
Concerns
- Eligibility blocker: 100% Small Business set-aside under NAICS 561621 with $25M size standard; Trace not small for this NAICS.
- Ambiguity in reader counts between solicitation narrative and attachments (partial extract shows inconsistencies).
- Legacy electrical infrastructure (1984 drawings) may add unforeseen installation complexity and cost.
- 120-day POP with supply chain lead times for AMAG/HID and secure readers could be tight.
- Price-only LPTA increases risk of thin margins and limited ability to differentiate on technical merit.
- Puerto Rico logistics, base access coordination, and site-visit timing constraints.
Teaming opportunities
- Require a qualified small-business prime (physical security/low-voltage integrator) to participate.
- AMAG-certified installer and FIPS 201 software integrator (e.g., HID/Identity One) capability.
- Local Puerto Rico presence for rapid site access, permitting, and installation support.
- Specialized door hardware subcontractors (mag locks/electric strikes), and fire alarm coordination partner.
- Card issuance/printer provisioning and enrollment station expertise.
Competitive position
- Demonstrate compliance with FIPS 201 and DFARS cyber clauses; zero use of covered telecom/Chinese components.
- Emphasize DoD installation experience, WAWF proficiency, and rapid deployment in austere/remote locations.
- Offer robust QC/testing/training and clean closeout (DD1354) to minimize Government rework.
- Leverage any AMAG/HID OEM relationships through a small-business partner for pricing and lead-time advantages.
Bid/No bid factors
- Set-aside mismatch: Total Small Business under NAICS 561621 ($25M) conflicts with Trace’s size; prime ineligible.
- Award basis is price-only LPTA; limited differentiation possible; likely many local small-business competitors.
- Partial document extracts for solicitation/SOW; quantity ambiguity (reader counts) could affect pricing accuracy.
- Legacy site electrical plans (1984) suggest potential hidden conditions.
- Near-term deadline (offers due April 6, 2026) leaves little time to structure a compliant teaming approach.
Documents
Download all
Questions Responses-W912LR26QA011-ACS-answered final.pdf
Download
Q&A clarifications for the USPFO PR Access Control System (W912LR26QA011) confirming major technical and installation details: the two sites (Fort Buchanan and Camp Santiago/Salinas) must operate as standalone systems (not networked), two workstation clients (one per site), cameras are included but only for SIP intercom (no NVR required), and card and reader technology must meet FIPS 201 (contactless 13.56 MHz DESFire EV2/EV3 or equivalent). The document also clarifies cabling (Cat6, conduit where needed), a single card printer at Bldg. 540, contractor-supplied non-PIV cards for visitors, an update to four double doors at Camp Santiago, and restrictions on video system components (no Chinese parts).
- Place of performance: Fort Buchanan (Bldg. 540) and Camp Santiago/Salinas (Bldgs. 769 & 770).
- Systems architecture: Two standalone ACS installations; sites will NOT be networked or centrally controlled.
- Client/management: 2 workstation clients (1 at Buchanan, 1 at Salinas).
- Readers/cards: Must support HID PIV-class or similar (Identity One FIPSLink); dual-technology/tri-interface readers required to read contactless PIV (13.56 MHz, DESFire EV2/EV3 or similar) — 125 kHz proximity not allowed for PIV authentication.
- Cameras/SIP intercom: SIP intercom is Video/Audio; cameras included but used for intercom only; minimum 2MP; No Network Video Recorder required.
- Card issuance: Government PIV cards will be used; contractor must supply additional non-PIV cards for visitors/damaged cards; one card printer required (located at Bldg. 540).
- Cabling & pathways: Cat6 cabling required; conduit must be used/installed where existing pathways are not available.
- Doors/quantity update: SOW updated to show 4 double doors at Camp Santiago (clarifies previous discrepancy).
- Compliance/parts restriction: Video management/system components must comply with federal requirements; explicitly disallows Chinese parts and requires SAM-compliant parts.
- Other logistics: Fire alarm service contact for Fort Buchanan provided (787-707-4911); site-visit access & registration requirements noted elsewhere in solicitation.
- Implication for servers/software: Standalone systems imply separate servers/software per site (SOW modified to reflect two standalone systems).
Solicitation - W912LR26QA011.pdf
Download
Partially reviewed: Too large
Partial extraction (sections 1 and 3 of 5) of the solicitation. The document requests supply, installation, configuration, and maintenance of an AMAG-based access control system (readers, panels, power supplies, batteries, software) for USPFO-PR facilities at Fort Buchanan (Building 541) and Camp Santiago (Buildings 769 & 770). Period of performance is 120 calendar days; procurement is NAICS 561621 and priced as Firm-Fixed-Price. The file contains FAR/DFARS clauses (including DFARS 252.204-7012), WAWF payment instructions, inspection/POC information, and OPSEC training requirements. Note: extraction is partial and some numeric parentheticals around reader counts appear inconsistent in the selected sections.
- Scope: supply, install, configure, and maintain an Access Control System (AMAG panels/software; HID PIV/CAC card readers with keypad).
- Quantity note: solicitation text references 'eleven' CAC reader units but extracted parenthetical counts are inconsistent (e.g., 'eleven (8)' and 'eleven (3)') — extraction is partial and ambiguous.
- Places of performance: Fort Buchanan, PR (USPFO-PR Warehouse/Building 541) and Camp Santiago JTC, Salinas, PR (Buildings 769 & 770).
- Period of performance/delivery: 120 calendar days from lead time/event/award.
- Contract type/pricing: Firm-Fixed-Price (FFP), CLINs 0001 and 0002 present for the two locations.
- NAICS: 561621 (Services to Buildings and Dwellings / Access control installation services).
- Set-aside/solicitation form header shows small-business/WOSB formatting; solicitation elsewhere indicates small business set-aside (opportunity-level metadata).
- Government POC/inspection: DoDAAC W58BNE; POC CW3 Vivian Garcia with email and phone listed for inspection/acceptance and shipping.
- Security/compliance requirements: Contractor employees must complete AR 530-1 Level I OPSEC training within 10 calendar days and submit certificates; DFARS clauses include 252.204-7012 (CUI cyber safeguarding) and 252.204-7018 (covered telecom prohibition).
- Payment/administration: WAWF payment instructions required; contractor bears transportation cost (FOB Destination).
- Solicitation references SOW paragraph 5.0 for technical requirements and requires AMAG software be configured to read government-issued cards.
- Contract clauses: multiple FAR and DFARS clauses incorporated by reference (payment, reporting, IUID clause, etc.).
SOW - USPFO ACS - RFID 20260317 -post site visit.pdf
Download
Partially reviewed: Too large
Partial review (selected sections 1 and 2 of 3 due to file size). The SOW requires supply, installation, configuration, testing, and training for an Access Control System (ACS) at Fort Buchanan (Building 540/541) and Camp Santiago (Buildings 769 & 770) with a 120-calendar-day period of performance; contractor must provide hardware, software, QC plan, and connect ACS devices to local servers/workstations for monitoring. The document includes security/access requirements for contractor personnel, data rights (Government unlimited rights), and detailed technical requirements (FIPS 201 compliance, CAC+PIN two-factor, reader and software capabilities).
- Scope: Full ACS installation at Fort Buchanan (Building 540/541) and Camp Santiago (Buildings 769 & 770) covering supply, install, configuration, testing, and training
- Period of Performance: 120 calendar days from notice to proceed/arrival of materials
- Technical: Devices must comply with FIPS 201 (current version 3) and support CAC and PIV-C (CAC+PIN two-factor authentication)
- Hardware: Eleven CAC reader units referenced in solicitation metadata; SOW requires proximity-enabled, signature-reading CAC readers, IP65 outdoor certification, magnetic locks/electric strikers, push-to-exit, wireless door release as required
- Software: Full license with capacity to enroll at least 100 devices/readers; workstation client, enrollment station front-end; compatible with Windows Enterprise 11 or current OS
- Architecture: ACS devices to connect to one server/workstation at Building 540 (Fort Buchanan) and one at Building 769 (Camp Santiago) for reporting/monitoring
- Deliverables: Material submittal (AF3000) and DD Form 1354 draft/final for installed components; QC Plan (QCP) due NLT 10 days after award; system testing and operational acceptance
- Security & access: Contractor personnel must comply with installation access procedures, background checks, and COMSEC/PII protections; vehicles and personnel subject to searches and rules
- Quality Assurance: Government will use a QASP; contractor must implement a QCP and performance standards per Technical Exhibit 1 (PRS)
- Data Rights: Government has unlimited rights to all documents/materials and source code produced under contract
- Operational constraints: Work hours 0800–1600 M–F; recognized US holidays excluded; unscheduled gate closures not compensable
- Training: Contractor must provide training for system administrators and users; COR coordinates attendees
- Inventory/Acceptance: Phase-based execution with 100% inventory acceptance required to proceed between phases
USPFO Offices Electrical.pdf
Download
Architectural electrical drawings and floor plans for the USPFO offices at Fort Buchanan (sheet references E-2, lighting/power plans). The scanned plans include panel/room labels, power distribution, grounding notes, transformer and conduit details, and a drawing date of July 10, 1984, which indicate legacy electrical infrastructure that may affect access-control power and conduit work. This file supplies site-specific electrical information useful for planning ACS power, panel space, and conduit routing during installation.
- Document is electrical floor plans and lighting/power diagrams for USPFO/ Fort Buchanan (sheet E-2 referenced).
- Includes panel/room labels and program spaces (e.g., COMPUTER, FINANCIAL MANAGER, PROCUREMENT, MAIL, RECORDS) useful to locate doors and mounting points for readers/controllers.
- Shows power distribution details: panels, transformers, grounding, conduit and feeder notes — relevant to assessing power availability for AMAG panels, readers, power supplies, and battery backup.
- Contains grounding and conduit specifications and wire gauges (e.g., 4 AWG mentioned) which may drive installation/coordination needs and potential upgrades.
- Drawing date is July 10, 1984 — implies older electrical infrastructure that could increase risk/cost for new ACS installations or require panel/transformer upgrades.
- Confirms physical place of performance (Fort Buchanan, Puerto Rico) aligning with solicitation PoP and site-visit locations.
- Sheet-level scale and details (e.g., "ELECTRICAL Floor PLan", "LIGHTING") present to support contractor takeoffs and site planning.
USPFO Offices Phase I Reflected Ceiling Plan 5.pdf
Download
Architectural reflected ceiling and roof plan for the USPFO office building (drawing b861/001) showing ceiling types (suspended, fire-rated), roof features (built-up roof, scupper drains), and interior room labels/locations. The drawing provides layout and vertical-construction details useful for planning conduit routes, equipment mounting, and identifying secure rooms where access control readers/panels may be required. It is a design drawing—no solicitation technical specifications or ACS equipment lists are present in this file.
- Document type: reflected ceiling plan and roof plan (drawing b861/001) — architectural drawing set for USPFO offices
- Shows ceiling types: suspended ceilings and fire-rated ceiling notes — impacts cable routing and mounting of readers/controllers
- Roof details: built-up roof, scupper drains, storm leaders — relevant for exterior conduit/penetration planning and equipment placement
- Interior room labels include Computer Room, Procurement, Financial Manager, Supply Management, Records/File, Corridors — identifies candidate secured spaces and potential counts of controlled doors
- Scale indicators (1/8" = 1'0") and room layout provide spatial reference for estimating cable runs and panel locations
- No ACS vendor, product, or technical installation specifications contained — file is plans-only and must be cross-referenced with SOW/spec documents for ACS requirements
USPFO Offices Phase I Electrical Plan Lighting - 17.pdf
Download
Electrical lighting floor plan for the USPFO office building at Fort Buchanan, Puerto Rico (document label E-2). The extract contains drawing metadata (scale, dates, engineer/architect names) and references to lighting panels and floor/room numbers, indicating this is an as-built or design electrical lighting drawing for site planning/installation.
- Location: Fort Buchanan, Puerto Rico (USPFO office building).
- Document type: Electrical lighting floor plan (sheet E-2) — relevant to power, conduit, and panel locations for ACS installations.
- References to lighting panels and panel identifiers (e.g., “LIGHTING PANEL 'MO'”), and floor/room numbers (e.g., 104, 401, 407) — may show where electrical infrastructure is located.
- Scale noted (3/16" = 1'-0") and date metadata (July 10, 1984) — suggests older electrical infrastructure that could affect installation complexity.
- Engineer/architect names present (L. Ramirez de Arellano; JR Villanueva; Alejandro) — provenance of drawing for verification or follow-up.
USPFO Offices Phase I Electrical Power Comm -18.pdf
Download
Electrical floor-plan / power & communications drawing for USPFO offices at Fort Buchanan, Puerto Rico. The document contains room labels, panel/power references, communications and computer room callouts, and other electrical/utility annotations consistent with site-level installation drawings.
- Document type: electrical floor plan / power & communications drawings
- Site / customer indicated: Fort Buchanan, Puerto Rico (USPFO) — ties to solicitation place of performance
- Shows room labels relevant to access-control integration: Computer Room, Communications, Power Panel, Mail, Purchasing, Contracts, Records, etc.
- Contains locations/annotations for electrical panels and power distribution (useful for estimating scope of access control hardware, conduit, and power needs)
- Useful supporting attachment to the solicitation’s plans/specs and site-visit materials (provides building-level interior layout)
USPFO Offices Phase I Floor Plan -4.pdf
Download
Architectural floor plan for USPFO Offices Phase I (Fort Buchanan) showing room names, corridors, elevations, and a legend; extraction is somewhat noisy but legible labels identify spaces such as records, mail, purchasing, computer, break room, and corridor. This drawing appears to support locating doors and interior spaces where access control hardware will be installed and estimating routing/conduit needs.
- Document type: interior floor plan (Phase I) for USPFO offices — directly relevant to site layout and door locations for ACS installation.
- Lists room names and functional areas (e.g., RECORDS, MAIL, PURCHASING, COMPUTER, BREAK ROOM) that indicate candidate controlled points and traffic flow.
- Contains FLOOR PLAN, LEGEND, ELEVATION and THRESHOLD notations — suggests door/window elevations and hardware details useful for determining reader mounting and electric/conduit work.
- May support hardware count and placement estimates (number and location of doors per building) when combined with other drawings/SOW.
- Helps assess installation complexity (room adjacency, corridors, likely cable routing paths) and logistics for Fort Buchanan site work.
USPFO Offices Phase I Legend Notes Schedules -19.pdf
Download
Electrical legend, notes, and schedules sheet from the USPFO Offices Phase I drawings referencing Fort Buchanan, Puerto Rico. The sheet contains fixture schedules, conduit and wiring notes, fire alarm and receptacle schedules, and contractor installation instructions relevant to electrical work. It appears to be a support drawing for the solicitation’s plans/specifications rather than a standalone access-control equipment list.
- Document type: electrical legend/notes and schedules (lighting, fixtures, receptacles, fire alarm, conduit, panelboards).
- Site/location referenced: Fort Buchanan, Puerto Rico (consulting/engineer names present).
- Contains contractor-facing installation requirements: conduit sizing, circuit counts, panelboard/home-run notes, grounding, and final location coordination for devices.
- Includes fire alarm and smoke detector installation notes and coordination requirements (relevant for integrating access control hardware with life-safety systems).
- Shows that construction-level plans/specifications were provided as part of the solicitation package (useful for estimating installation complexity and materials routing).
- No explicit Access Control System (ACS) equipment list or reader locations visible in this sheet — this is a general electrical legend that supports the full plans set.
USPFO Offices Phase I Mechanical Ventilation -20.pdf
Download
Mechanical ventilation plans/specifications for USPFO Offices Phase I (mechanical/HVAC drawings). Extracted text shows HVAC equipment specifications (capacities, filters, refrigerant, condensing units) and references to conditioned spaces such as computer/communication rooms; the extraction is partially OCR-corrupted so many lines are garbled.
- Document type: Phase I mechanical ventilation plans / equipment specifications for USPFO offices (filename indicates USPFO/Phase I).
- Contains explicit headings and lines referencing 'EQUIPMENT SPECIFICATIONS', 'CONDENSING UNIT', refrigerant, filters, and capacity/BTU values.
- Mentions conditioned/critical spaces: 'COMMUNICATION CTR.' and 'computer room' — implies environmental control requirements for electronics.
- Includes drawing metadata (scale, plan references) and likely floor/plan information that could affect routing, conduit, and equipment placement.
- Extraction is noisy/OCR-corrupted — not all specifics (e.g., exact capacities, model numbers, or locations) are reliably readable.
- No clear access-control hardware details visible in the extracted text (no AMAG, HID, readers, or CAC references in this file's extract).
USPFO Offices Phase I Site Electrical Riser Diagram-16.pdf
Download
Site electrical riser/engineering diagram for USPFO offices at Fort Buchanan (Phase I). The drawing contains electrical distribution details (grounding, feeders, transformers, panel compartments, conduit and wire sizes, and voltages) in an OCR'd scanned format and appears to be an older as-built style drawing.
- Document type: electrical riser / site electrical diagram for USPFO offices (Phase I) — site-specific engineering detail relevant to power availability for ACS installation.
- Place of performance: Fort Buchanan, Puerto Rico (explicitly referenced on the drawing).
- Electrical system notes: references 120/240 V distribution ("Y-120/240 V"), transformers, primary/secondary distribution, and KVA ratings—useful for assessing whether existing power supports added access control hardware.
- Infrastructure details: mentions grounding materials, grounding conductor sizes (e.g., "4 AWG"), conduit/penetration notes (e.g., "3/4\""), panel/equipment compartments, and feeder configuration—relevant to installation constraints and potential need for electrical upgrades.
- Physical context: references "USPFO office Building" and site/architect names, indicating the drawing is specifically tied to USPFO facilities rather than generic campus-wide infrastructure.
- Document vintage and condition: scanned/OCR text is noisy and contains older date-language (e.g., 1984 in header), suggesting drawings may be historic/as-built and should be validated against current conditions during site survey.
Technical details
Entry: sync
Review status: Up to date
Logical upstream opportunity: 6540
Notice lineage:
- a8a48fd0b6424e9394bb352f74fe2db9 (posted 2026-03-30) - current
- 13285eb807c44fbb87027ecbd23ea4c8
- 60bc9af043684420b456772814dbf8ce
- 79260cac1793481ba1636c9a06080f51
- c516069a5b274a58aa16425fed3bb6f5
Last synced: 2026-03-31T11:19:50.211108+00:00
Last analyzed: 2026-03-30T23:51:31.116114+00:00
Latest package fingerprint: 74c9224d9c996977928e0b3c3b7be59f0b4e090aa3f8b2c1fa2a9dfe18a2b749
Latest package notice: a8a48fd0b6424e9394bb352f74fe2db9
Latest package documents: 11
Evidence limitations- Solicitation - W912LR26QA011.pdf: partially reviewed (too large)
- SOW - USPFO ACS - RFID 20260317 -post site visit.pdf: partially reviewed (too large)
- 2026-03-30T23:47:51.234184+00:00: a8a48fd0b6424e9394bb352f74fe2db9 with 11 docs
Labels
Human notes
No human notes yet.