Purchase/Install Intrusion Detection System (IDS)
ID: 70RFP325QE3000016Type: Combined Synopsis/Solicitation
Overview

Buyer

HOMELAND SECURITY, DEPARTMENT OFOFFICE OF PROCUREMENT OPERATIONSFPS EAST CCG DIV 3 ACQ DIVPHILADELPHIA, PA, 19106, USA

NAICS

Security Systems Services (except Locksmiths) (561621)

PSC

INSTALLATION OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS (N063)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Jan 28, 2025, 12:00 AM UTC
  2. 2
    Updated Mar 28, 2025, 12:00 AM UTC
  3. 3
    Due Apr 15, 2025, 8:00 PM UTC
Description

The Department of Homeland Security (DHS), specifically the Federal Protective Service (FPS), is seeking proposals for the purchase and installation of a new Intrusion Detection System (IDS) at the Moorhead Federal Office Building in Pittsburgh, Pennsylvania. The project entails the removal of the existing IDS and the installation of a new system, which includes components such as an alarm control panel, keypads, and wireless transmitters, to enhance security measures at the facility. This procurement is critical for modernizing security infrastructure to protect federal personnel and assets, ensuring compliance with federal regulations regarding telecommunications equipment. Interested vendors must submit their quotes by April 15, 2025, and are encouraged to attend a site visit on February 4, 2025, with questions directed to primary contacts James Austin and Marcus Mason via email.

Files
Title
Posted
Mar 28, 2025, 8:04 PM UTC
The document outlines an amendment to a Request for Quotation (RFQ) related to the procurement of a new Intrusion Detection System (IDS) by the U.S. Department of Homeland Security, specifically the Federal Protective Service. The amendment extends the submission deadline for the RFQ to March 31, 2025, at 4:00 PM local time, with a corresponding performance period set from May 1, 2025, to July 1, 2025. It emphasizes the necessary acknowledgment methods for receipt of the amendment, detailing that offers must be recognized to avoid rejection. The document includes instructions on how to modify previously submitted offers and reiterates that all terms not amended remain in full effect. This amendment supports compliance with federal procurement procedures, ensuring that contractors are informed of critical updates necessary for bidding on the project.
Mar 28, 2025, 8:04 PM UTC
This document is an amendment to a solicitation by the U.S. Department of Homeland Security, specifically regarding the procurement of a new Intrusion Detection System (IDS). The amendment introduces an additional site visit due to vendor interest, scheduled for February 27, 2025, at 10:00 AM (EST), requiring vendors to register attendees by February 25, 2025. Additionally, the deadline for submitting offers has been extended to March 10, 2025, at 4:00 PM (EST), with the project’s performance period set from April 1, 2025, to June 1, 2025. The document emphasizes the necessity of acknowledging the amendment in submitted offers to avoid rejection. Overall, the notice is part of the federal government's effort to ensure transparency and facilitate contractor participation in securing protective services.
Mar 28, 2025, 8:04 PM UTC
The document is an amendment related to the solicitation for the purchase and installation of a new Intrusion Detection System (IDS) by the U.S. Department of Homeland Security. The key purpose of this amendment is to extend the due date for submission of offers from a previously specified deadline to April 15, 2025, at 4:00 PM local time. It includes instructions for acknowledging receipt of the amendment, detailing acceptable methods—whether by completing copies of the amendment, via separate communication, or electronically. The period of performance for the project is scheduled to be from June 1, 2025, to August 1, 2025. The document emphasizes the importance of acknowledging the amendment in order to avoid the rejection of proposals, and it maintains the integrity of all other terms and conditions in the solicitation except as modified. This amendment is part of the regular federal procurement process, ensuring contractors are informed of procedural changes affecting their offers.
Mar 28, 2025, 8:04 PM UTC
The Department of Homeland Security (DHS), Federal Protective Service (FPS), is soliciting competitive bids for the installation of a new Intrusion Detection System (IDS) at the Moorhead Federal Office Building in Pittsburgh, PA. The project involves removing outdated IDS equipment and installing a new system that will integrate with the General Services Administration (GSA) access control systems. A pre-proposal conference is scheduled for February 4, 2025, with quotes due by February 21, 2025. Contractors must include comprehensive details on equipment specifications, and all proposals must comply with federal regulations regarding the prohibition of certain telecommunications equipment from specified foreign entities. The successful contractor will be responsible for all aspects of the project, including labor, materials, inspections, and necessary training for system operations. This solicitation underscores the DHS's commitment to enhancing security protocols within federal facilities by modernizing key components of physical security infrastructure to protect personnel and assets.
Mar 28, 2025, 8:04 PM UTC
The document is a U.S. Department of Labor Wage Determination under the Service Contract Act (Wage Determination No.: 2015-4235, Revision No.: 29) detailing minimum wage rates and conditions applicable to federal contracts in designated counties of Pennsylvania. It specifies that contracts entered into after January 30, 2022, must pay covered workers a minimum of $17.75 per hour, while contracts awarded between January 1, 2015, and January 29, 2022, must meet a wage of at least $13.30 per hour. The document lists various occupations alongside corresponding wage rates and outlines fringe benefits such as health, welfare, paid sick leave, vacation, and holidays required for contractors. Additionally, it highlights requirements for unlisted employee classifications, emphasizing the process for contractors to seek a conformance determination for additional classifications and wage rates. The Wage Determination reinforces compliance with federal labor standards, promoting fair compensation and worker protections in the contracting process.
Lifecycle
Title
Type
Combined Synopsis/Solicitation
Similar Opportunities
70RFPW25QW9000007 VSS TUCSON CAMERA ADDITION
Buyer not available
The Department of Homeland Security (DHS), through the Federal Protective Service (FPS), is seeking proposals for the purchase and installation of additional IP cameras at the VSS Tucson Federal Officer Building located at 300 West Congress Street, Tucson, Arizona. This procurement is designated as a 100% small business set-aside and will be awarded under a firm-fixed price contract, adhering to the NAICS code 561621, which encompasses Security Systems Services. The initiative aims to enhance security infrastructure within federal facilities, reflecting the government's commitment to improving surveillance capabilities in response to evolving security challenges. Interested contractors must be registered with the System for Award Management (SAM) prior to contract award, and the Request for Quotation (RFQ) is expected to be posted on SAM.gov around March 25, 2025. For inquiries, potential offerors can contact Contract Specialist Cedric Bedgood at cedric.bedgood@fps.dhs.gov or by phone at 253-532-0365.
Purchase and installation of 4 stand-alone video surveillance systems.
Buyer not available
The Department of Homeland Security, through the Federal Law Enforcement Training Center (FLETC), is seeking proposals for the purchase and installation of four stand-alone video surveillance systems (VSS) at its facility in Glynco, Georgia. The project involves the installation of Network Video Management Systems (NVMS), fixed cameras, client workstations, and other necessary equipment to ensure a fully functional surveillance capability, with all work to be completed within 60 days of receiving the Notice to Proceed. This procurement is critical for enhancing security measures at federal training facilities, ensuring compliance with federal regulations, and maintaining operational integrity. Interested contractors must submit their quotes by April 14, 2025, and direct any inquiries to Jimmy Dolloff at jimmy.dolloff@fletc.dhs.gov or 912-261-2863.
Intrusion Detection System (IDS) & Electronic Security Systems (ESS) Maintenance and Services
Buyer not available
The Department of Defense, specifically the Army Contracting Command in Rock Island, Illinois, is soliciting proposals for the maintenance and services of Intrusion Detection Systems (IDS) and Electronic Security Systems (ESS). The procurement aims to secure preventive and corrective maintenance services for IDS equipment across various military installations, ensuring compliance with federal standards and enhancing security measures. This opportunity is set aside for small businesses, with a Firm Fixed Price contract expected to span three years, beginning May 1, 2025, and includes two optional one-year extensions. Interested contractors must submit their quotes by April 14, 2025, at 12:00 PM CST, and can direct inquiries to Angel Traman at angel.j.traman.civ@army.mil or by phone at 520-693-0515.
Fence Screening
Buyer not available
The Department of Homeland Security, specifically the United States Secret Service (USSS), is seeking quotes for the installation of fence screening at the Vice President's Residence in Washington, DC. The primary objective is to procure black vinyl privacy screening that meets specific height and layering requirements to enhance privacy along the existing perimeter fence. This procurement is crucial for maintaining security at a high-profile government property while adhering to federal acquisition regulations. Interested vendors must submit their quotes by April 17, 2025, and direct any questions to the designated contracting officials by April 15, 2025. For further inquiries, vendors can contact Aisha Collins at aisha.collins@usss.dhs.gov or Jade Gaston at jade.gaston@usss.dhs.gov.
Armed Protective Security Officer (PSO) Services throughout North Central/East Texas including Dallas
Buyer not available
The Department of Homeland Security's Federal Protective Service (FPS) is seeking qualified contractors to provide Armed Protective Security Officer (PSO) Services throughout North Central/East Texas, including Dallas. The procurement aims to identify small business contractors capable of delivering security services across three categories: Basic Services, Temporary Additional Services, and Emergency Security Services, with an anticipated workload of approximately 423,469.75 hours annually and a staffing requirement of around 250 personnel to cover 137 posts at various federally owned, leased, or occupied facilities. This Sources Sought Notice is part of market research and does not constitute a solicitation for proposals; interested parties must submit an expression of interest and a capabilities statement by April 16, 2025, to Stacy Powell at stacy.a.powell@fps.dhs.gov or Nikki Finney at Nikki.finney@fps.dhs.gov.
Irradiator Intrusion Detection System (Amendment 001)
Buyer not available
The United States Department of Agriculture (USDA) is seeking proposals for the Irradiator Intrusion Detection System (IDS) under Solicitation No. 12314425Q0110, which includes testing and maintenance services across multiple USDA facilities handling radioactive materials. The procurement aims to secure a contract for a base year and four option years, focusing on tasks such as IDS testing, preventive maintenance, remote technical support, and emergency on-site assistance to ensure operational integrity and compliance with safety regulations. Interested vendors must submit their quotes by April 14, 2025, with the contract performance period anticipated to begin on June 1, 2025, and extend through May 31, 2030. For further inquiries, potential bidders can contact Mr. Carlton Bradshaw at carlton.bradshaw@usda.gov or (202) 690-4359.
Access Control/Intrusion Detection System
Buyer not available
The Department of Defense, through the Naval Supply Systems Command (NAVSUP) Fleet Logistics Center Norfolk, is seeking proposals for the installation of an Access Control and Intrusion Detection System (ACS/IDS) at Building 235 of Naval Support Activity Annapolis, Maryland. This procurement aims to furnish, outfit, and install a brand name system, specifically Honeywell International Inc.'s Lenel products, to ensure compatibility with existing security measures and compliance with regulatory standards. The initiative is critical for enhancing building security and addressing vulnerabilities, with a focus on supporting small business participation, particularly service-disabled veteran-owned and economically disadvantaged women-owned small businesses. Proposals are due by April 16, 2025, with inquiries accepted until April 11, 2025; interested parties can contact Justin Clark at justin.t.clark6.civ@us.navy.mil or Morgan Olszak at morgan.e.olszak.civ@us.navy.mil for further information.
Z--SD - DC Booth - Replace Fire Alarm Panel - Adminis
Buyer not available
The Department of the Interior, specifically the U.S. Fish and Wildlife Service, is soliciting bids for the replacement of the fire alarm panel at the Administration Building of the DC Booth National Fish Hatchery. The project aims to enhance fire safety by replacing an outdated system that has been in place since 1995, addressing issues such as false alarms and ensuring compliance with current safety standards. This initiative is critical for protecting both the facility's occupants and its historical archives, reflecting the government's commitment to maintaining safe operational environments. Interested contractors must submit their quotes via email to Dana Arnold by April 7, 2025, with the project expected to commence on April 21, 2025, and conclude by June 6, 2025.
MISSION support KINGPIN, IDS, ACS and Digital Cameras
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking information from interested companies to provide an Intrusion Detection System (IDS), Access Control System (ACS), and digital cameras for Robins Air Force Base, aimed at enhancing security for the KINGPIN mission. The project involves the installation of these systems in building BLDG 2039 to secure all exterior doors and critical interior areas, particularly the new Open Storage Area (OSA) on the operations floor, ensuring controlled access and real-time monitoring. This initiative underscores the government's commitment to bolstering security measures at military facilities, with responses due by 5:00 PM Eastern on April 18, 2025. Interested firms should submit documentation outlining their capabilities and past experience, and inquiries can be directed to Adria Pitts at adria.pitts@us.af.mil.
B282 Security System Upgrade
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking contractors for the B282 Security System Upgrade at Tinker Air Force Base in Oklahoma. The project involves assessing and upgrading the current intrusion detection system (IDS) and access control system (ACS), as well as the removal and installation of related equipment, all in compliance with the latest Technical Specifications for Sensitive Compartmented Information Facilities. This upgrade is critical for maintaining the security and operational integrity of classified facilities, ensuring adherence to safety and environmental regulations throughout the process. Interested contractors should contact Robert Baker at robert.baker.60@us.af.mil or call 713-969-8916 for further details.