Intrusion Detection Systems Panels and Installation
ID: N6883625QS126Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVSUP FLT LOG CTR JACKSONVILLEJACKSONVILLE, FL, 32212-0097, USA

NAICS

Security Systems Services (except Locksmiths) (561621)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS (J063)

Set Aside

No Set aside used (NONE)
Timeline
    Description

    The Department of Defense, through the Naval Supply Systems Command Fleet Logistics Center Jacksonville, is soliciting proposals for the installation of Intrusion Detection Systems (IDS) panels, specifically DMP XR550 models, at 17 Navy Reserve Centers (NRCs) within the Navy Region Southeast (NRSE). The procurement aims to upgrade existing alarm systems to enhance security by ensuring compatibility with Ethernet/IP connectivity and cellular backup, while also concealing wiring for aesthetic and safety purposes. This contract, which is a Firm Fixed Price type, is crucial for maintaining the security infrastructure of military facilities and is expected to be completed by November 29, 2025. Interested vendors, particularly Women-Owned Small Businesses, should direct inquiries to Jamie Mills or Harold Melton via their provided emails, and must adhere to the specified deadlines and compliance requirements outlined in the solicitation documents.

    Point(s) of Contact
    Files
    Title
    Posted
    This document, Attachment 03, lists 17 Naval Reserve Centers (NRCs) requiring security system installations. Each entry provides the NRC name, address, and the number of systems requested. The majority of locations, specifically 16 out of 17, are requesting the "DMP/XR550" system. Only the Naval Reserve Center Miami is requesting a different system, the "BOSCH/D9412GV3". The number of systems requested per location varies from one to three. This document appears to be part of a larger procurement process, likely an RFP, outlining specific hardware needs for these federal facilities.
    This government file, Attachment 03, details the requirements for security system services at various Navy Reserve Centers (NRCs). The document is divided into two main sections: NRCs requiring full services (panels, installation, monitoring, maintenance, repair, and inspection) and NRCs requiring only monitoring, maintenance, repair, and inspection services. For the full-service NRCs, the current security system manufacturers/brand names are listed, alongside the requested system, which is predominantly DMP/XR550, with two exceptions requesting BOSCH/D9412GV3 or a Partitioned Security System With Scheduling. The second section lists NRCs that only need ongoing services for their existing systems, with some requesting an upgrade to a specific system. The file identifies specific addresses for each NRC and the number of systems at each location, ranging from one to three. This document is crucial for vendors responding to RFPs for security system installation and maintenance at these federal facilities.
    The document, "Attachment 01 Wage Determinations for Navy Reserve Centers," lists 22 Navy Reserve Centers across various US cities, each with a unique WD number, revision number, and a consistent date of 7/8/25. This file is likely part of a larger government procurement or grant document, specifically detailing the wage determinations for these locations. The consistent date suggests a snapshot of current or planned wage schedules. This information is critical for contractors bidding on projects related to these Navy Reserve Centers, ensuring compliance with federal wage requirements in their proposals.
    This government file, Attachment 01, is a list of Wage Determinations for Navy Reserve Centers across 17 different locations. Each entry includes the specific location (e.g., Bossier City, LA; Amarillo, TX; Austin, TX), a unique WD number, the revision number of the wage determination, and the date of the revision (July 8, 2025). The document appears to be part of a larger federal government procurement or grant process, likely providing standardized wage information for contractors or recipients working on projects at these Navy Reserve Centers.
    This document outlines comprehensive security requirements for contractor personnel working under federal contracts, encompassing U.S. citizenship, background checks (NACI, NACLC, SSBI), and REAL ID compliance for facility and system access. It details investigation levels based on IT positions (IT-I Critical Sensitive, IT-II Non-Critical Sensitive, IT-III Non-Sensitive) and allows for the acceptance of previous investigations if current and equivalent. Contractors are responsible for ensuring personnel possess appropriate clearances and identification. Investigation requests, including SF-85/86 via e-QIP, proof of citizenship, and fingerprints, must be submitted through the Contracting Officer. Personnel cannot commence work until investigations are favorably adjudicated or waivers granted in emergency situations. The clause applies to all contract personnel, including subcontractors and temporary employees. It also mandates compliance with AIS security policies, annual OPSEC/INFOSEC training, and proper out-processing procedures upon contract completion or employee separation. Non-compliance with security requirements does not excuse performance obligations, and billing for personnel with pending clearances is prohibited. The government retains the right to remove unsuitable personnel.
    This government solicitation, N6883625QS1260002, is a Request for Proposal (RFP) for Women-Owned Small Businesses (WOSB) to provide and install DMP XR550 alarm panels for Intrusion Detection Systems (IDS) at 17 Navy Reserve Centers (NRCs) within the Navy Region Southeast (NRSE) Area of Responsibility. The contract is a Firm Fixed Price type, with services to be completed by November 29, 2025. Key requirements include upgrading obsolete alarm panels to support Ethernet/IP connectivity with cellular backup, concealing all wiring, and ensuring system compatibility. The contractor must provide technically qualified technicians, comply with government holidays and inclement weather policies, and adhere to strict security, personnel, and quality control regulations. Payment will be processed through the Wide Area WorkFlow (WAWF) system, and specific clauses regarding federal acquisition regulations (FAR) and defense federal acquisition regulation supplement (DFARS) are incorporated.
    This government solicitation, N6883625QS126, issued by NAVSUP FLT LOG CTR JACKSONVILLE, seeks proposals from Women-Owned Small Businesses (WOSB) for intrusion detection systems. The contract involves providing and installing DMP XR550 alarm panels at 17 Navy Reserve Centers (NRCs) and offering continuous monitoring, maintenance, testing, and repair of Intrusion Detection Systems (IDS), Access Control Systems, and Fire Alarm Systems at 22 NRCs within the Navy Region Southeast. The contract is a Firm Fixed Price type, with a 12-month base period and two 12-month option periods. Key requirements include 24/7 central monitoring, annual system inspections, routine maintenance, and compliance with federal acquisition regulations and security protocols. The contractor must also adhere to specific personnel and access requirements, including background checks and the use of the Defense Biometric Identification System (DBIDS).
    Similar Opportunities
    BPA - Alarm, Signal and Security Detection Systems PSC 6350
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center Indian Head Division (NSWC IHD), is seeking to establish Blanket Purchase Agreements (BPAs) for Alarm, Signal, and Security Detection Systems under PSC Code 6350 and NAICS Code 334290. The procurement aims to engage small businesses that can provide standard commercial supplies and services at competitive prices, with BPA calls not exceeding the Simplified Acquisition Threshold, allowing for competition at the call level. These systems are critical for enhancing security measures and operational safety within military installations. Interested vendors must submit their documentation, including past performance references, by April 30 for June awards or October 31 for December awards, and can contact Barbara Grinder at barbara.j.grinder.civ@us.navy.mil for further information.
    Replacement/installation of an Intrusion Detection System (IDS) at United States Citizenship & Immigration Services Building located at 12500 Tukwila International Blvd. Tukwila, WA 98168-2505.
    Buyer not available
    The U.S. Department of Homeland Security (DHS), through the Federal Protective Service (FPS), is seeking qualified contractors for the replacement and installation of an Intrusion Detection System (IDS) at the United States Citizenship & Immigration Services Building located in Tukwila, Washington. The project requires the contractor to complete the installation in accordance with the provided Statement of Work, with a firm-fixed-price contract structure and a completion timeline of 90 calendar days following the Notice to Proceed. This procurement is a 100% small business set-aside, emphasizing the importance of security systems in safeguarding federal facilities. Interested contractors must be registered with the System for Award Management (SAM) and can direct inquiries to Contract Specialist Thomas Westlake at Thomas.Westlake@fps.dhs.gov, with RFQ documents expected to be issued around November 24, 2025.
    SOLE SOURCE – PHYSICAL SECURITY COMPONENTS
    Buyer not available
    The Department of Defense, specifically the Department of the Navy's NSWC Crane, is seeking to procure physical security components through a sole source justification. This procurement is categorized under miscellaneous alarm, signal, and security detection systems, indicating a focus on enhancing security measures. The goods and services sought are critical for maintaining operational security and ensuring the safety of personnel and assets. For further inquiries, interested parties can contact Shauna Pegg at shauna.m.pegg.civ@us.navy.mil for additional details regarding this opportunity.
    J059 - Shore Equipment Installation and Maintenance Management Program (SEIMMP)
    Buyer not available
    The Department of Defense, through the Naval Supply Systems Command (NAVSUP) Fleet Logistics Center Norfolk, is seeking proposals for the Shore Equipment Installation and Maintenance Management Program (SEIMMP) under solicitation number N0018926R0001. This procurement aims to secure contractor support services for the engineering, installation, and maintenance of electronic systems and equipment, primarily in support of Fleet Cyber Command/Commander U.S. 10th Fleet (FCC/C10F) and related IT mission requirements. The contract will cover a five-year period with an option for a six-month extension, focusing on various Navy and non-Navy installations across the continental United States and overseas, with key performance locations including Fort Meade, MD, Chesapeake, VA, and Oahu, HI. Interested vendors must submit their proposals by January 6, 2026, and can direct inquiries to Ethan Othersen or Jacob Gephart via their provided email addresses.
    63--ALARM-MONITOR
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking quotes for the procurement of 16 units of the ALARM-MONITOR, identified by NSN 6350014479734. This solicitation is a Request for Quotation (RFQ) and aims to acquire alarm, signal, and security detection equipment, which is critical for ensuring safety and security in defense operations. Interested vendors must submit their quotes electronically, as hard copies of the solicitation will not be provided, and all submissions must be received within 62 days after the award date. For inquiries, potential bidders can contact the DLA at DibbsBSM@dla.mil.
    J063, Panic and Intrusion Alarm Replacement and Monitoring, Various Clinics - Portland Veterans Affairs Healthcare System, Dept of Veterans Affairs
    Buyer not available
    The Department of Veterans Affairs is seeking qualified contractors to provide panic and intrusion alarm replacement and monitoring services for various clinics within the Portland Veterans Affairs Healthcare System. The procurement involves the removal, installation, and testing of new security components, including keypads, panels, motion sensors, and wireless panic alarms, across six specified locations in Oregon, with a requirement for 24/7 alarm monitoring and rapid response to repair requests. This initiative is critical for enhancing the security infrastructure of VA facilities, ensuring the safety of veterans and staff. Interested parties must respond to the Sources Sought Notice by emailing Danielle Carrico at danielle.carrico@va.gov no later than September 26, 2025, at 5 PM PT, providing necessary company information and capability statements.
    MK59 MLCP and LCP Spare Parts and Repairs
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center, Crane Division (NSWC-CR), is conducting market research for vendors capable of providing support for the MK59 Decoy Launching System (DLS) on U.S. Navy ships, specifically focusing on the procurement of MK 244 Master Launcher Control Panel (MLCP) and Local Control Panel (LCP) components, along with associated repairs and engineering services. These components are critical for the MK 59 DLS, which serves as a protective measure against Anti-Ship Missiles (ASMs) by deploying inflatable passive floating decoys. Interested parties are encouraged to submit their capabilities and relevant experience by December 30, 2025, to Eric Zipperle at eric.zipperle@navy.mil, as this notice is intended for planning purposes and does not constitute a formal solicitation.
    25--PANEL,VEHICULAR OPE
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of vehicular panels under solicitation number NSN 2510015896199. The requirement includes a quantity of 9 units to be delivered within 163 days after order placement, with the potential for an Indefinite Delivery Contract (IDC) lasting one year or until the total order value reaches $350,000. These panels are critical components for vehicular equipment, and the contract is expected to generate approximately four orders annually, with a guaranteed minimum of one unit. Interested vendors must submit their quotes electronically, and any inquiries should be directed to the DLA at DibbsBSM@dla.mil, as hard copies of the solicitation will not be provided.
    DRAFT Combined Synopsis/Solicitation: Next Generation Surface Search Radar (NXSSR)
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard (USCG), is seeking qualified contractors to provide a Next Generation Surface Search Radar (NXSSR) system to replace outdated radar systems currently in use across 13 cutter platforms and 113 Vessel Traffic Service (VTS) remote sites. The procurement aims to enhance collision avoidance, navigation, and situational awareness in the maritime environment by implementing a scalable, IMO-certified Shipborne Surveillance Radar system that integrates with existing navigation systems and complies with various national and international standards. This initiative is critical for modernizing the Coast Guard's capabilities to address emerging maritime threats and challenges. Interested parties should submit their responses, including comments on the draft documents, to Amanda R. Barraclough at Amanda.R.Barraclough2@uscg.mil or Christina M. Grimstead at christina.m.grimstead@uscg.mil, with a minimum contract guarantee of $10,000 and a maximum ceiling of $49,000,000 over a ten-year period. Questions regarding the solicitation are due by December 15, 2025.
    63--CONTROL,ALARM
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking quotes for the procurement of CONTROL, ALARM units, specifically NSN 6340001150701. The requirement includes two lines: 15 units for delivery to DLA Distribution Warner Robins by 0525 days after order (ADO) and 10 units for the same location by the same deadline. These alarm systems are critical for security detection applications within military operations. Interested vendors are encouraged to submit their quotes electronically, as hard copies of the solicitation will not be available, and all inquiries should be directed to the buyer via the provided email address, DibbsBSM@dla.mil.