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 Apr 14, 2025, 12:00 AM UTC
  3. 3
    Due Apr 25, 2025, 8:00 PM UTC
Description

The Department of Homeland Security (DHS), through 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 involves the removal of the existing IDS and the installation of a new system, which includes components such as an alarm control panel, alarm keypads, and wireless transmitters, to enhance security measures within federal facilities. This procurement is critical for modernizing security infrastructure and ensuring the safety of personnel and assets. Interested vendors must submit their quotes by April 25, 2025, at 4:00 PM EDT, and are encouraged to attend a site visit on February 4, 2025, to better understand the project requirements. For further inquiries, contact James Austin at james.austin@associates.hq.dhs.gov or Marcus Mason at marcus.l.mason@fps.dhs.gov.

Files
Title
Posted
Apr 14, 2025, 5:05 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.
Apr 14, 2025, 5:05 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.
Apr 14, 2025, 5:05 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.
Apr 14, 2025, 5:05 PM UTC
The document is an amendment to Solicitation No. 70RFP325QE3000016, issued by the Office of Procurement Operations, U.S. Department of Homeland Security. The primary purpose of this amendment is to extend the submission deadline for offers related to the purchase and installation of a new Intrusion Detection System (IDS). The new due date is set for April 25, 2025, at 4:00 PM (local time). The amendment also outlines that the period of performance for the contract will be from June 1, 2025, to August 1, 2025. Contractors must acknowledge receipt of this amendment to ensure their offers are considered, using specified methods such as including acknowledgment on submitted copies or through electronic communication. Failure to meet the acknowledgment requirement may lead to the rejection of the offer. This amendment maintains all other terms and conditions of the original solicitation, reinforcing the importance of adhering to the modified timelines and guidelines set forth in this documentation for prospective offerors in the federal contracting process.
Apr 14, 2025, 5:05 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.
Apr 14, 2025, 5:05 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
Purchase/Install Intrusion Detection System (IDS) - Richmond, VA
Buyer not available
The Department of Homeland Security (DHS), through the Federal Protective Service (FPS), is seeking quotes for the purchase and installation of a new Intrusion Detection System (IDS) at the Lewis F. Powell United States Courthouse/Annex in Richmond, VA. This project involves the removal of outdated IDS equipment and the installation of advanced systems to enhance security for federal facilities, ensuring compliance with federal regulations, including those prohibiting specific telecommunications equipment from certain foreign companies. Interested vendors must submit their quotes, which should include all labor, materials, and compliance documentation, by May 16, 2025, with a pre-proposal site visit scheduled for April 29, 2025. For inquiries, contact James Austin at james.austin@associates.hq.dhs.gov or Marcus Mason at marcus.l.mason@fps.dhs.gov.
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, and it is set aside for small businesses under the SBA guidelines. Interested contractors must submit their quotes by April 28, 2025, and can direct inquiries to Jimmy Dolloff at jimmy.dolloff@fletc.dhs.gov or by phone at 912-261-2863.
Warehouse Camera System Upgrade
Buyer not available
The Federal Bureau of Investigation (FBI) is soliciting proposals from small business vendors for a firm-fixed-price contract to upgrade the CCTV surveillance system at its LCADD Warehouse located in Franconia, Virginia. The project aims to replace an outdated security system with a comprehensive solution that includes the installation of 80 new 8MP fixed dome cameras and various supporting equipment, enhancing surveillance capabilities and improving safety within the facility. Interested vendors must attend a mandatory site visit on May 7, 2025, and submit their quotations by May 22, 2025, with all proposals evaluated based on price and technical acceptability. For further inquiries, vendors can contact Adelle Bolton at albolton@fbi.gov.
Facility Badge In System
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking proposals for the procurement, delivery, and installation of a Facility Badge-In System at MacDill Air Force Base in Tampa, Florida. The objective is to replace an outdated key access method with a comprehensive ID badging system that enhances security through updated card readers, surveillance cameras, and independent entry access control compatible with the DoD Common Access Card (CAC). This upgrade is crucial for protecting significant DoD assets and efficiently managing authorized access, with proposals due by May 1, 2025, at 10:00 A.M. ET. Interested vendors must reference RFQ number FA481425TF050 in their submissions and ensure they are registered in the System for Award Management, with evaluations based on technical capability and pricing.
IDS Maintenance Services for Fort Hunter Liggett and PRFTA, CA
Buyer not available
The Department of Defense, through the Department of the Army, is seeking proposals for maintenance services related to Intrusion Detection and Access Control System Components, as well as Badging systems at Fort Hunter Liggett and Parks Reserve Forces Training Area in California. The contract will cover the maintenance and repair of Commercial Off-The-Shelf systems, with a base performance period from June 1, 2025, to May 31, 2026, and includes three option years along with a six-month extension option. These services are critical for ensuring the security and operational integrity of military facilities. Interested parties, particularly Service-Disabled Veteran-Owned Small Businesses (SDVOSB), must submit their quotes electronically via the Procurement Integrated Enterprise Environment (PIEE) by following the provided solicitation link, with further inquiries directed to April M. Hericks at april.m.hericks.civ@army.mil.
Integrated Base Defense Security Systems
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking industry input for an Indefinite Delivery Indefinite Quantity (IDIQ) contract focused on Integrated Base Defense Security Systems at Hurlburt Field, Florida. The contract aims to procure electronic and physical security products and services, including engineering, design, installation, and lifecycle support, to enhance security measures against evolving threats to U.S. critical infrastructure and personnel. This initiative is crucial for bolstering national defense capabilities and ensuring compliance with cybersecurity policies, with potential use by other authorized activities pending approval. Interested parties must submit their capabilities statements by April 25, 2025, and can contact Rowan Thom at rowan.thom.1@us.af.mil or Alyssa Garred at alyssa.garred@us.af.mil for further information.
70Z03025QCLEV0070 - AIR STATION TRAVERSE CITY GATE SECURITY AND ENTRY SYSTEM REPLACEMENT
Buyer not available
The Department of Homeland Security, through the U.S. Coast Guard, is seeking contractors for the installation of a new Front Gate Security Monitoring and Entry System at Air Station Traverse City, Michigan. The project entails removing outdated security systems and implementing a modern solution that includes high-definition, weatherproof cameras with remote viewing capabilities, as well as a secure entry system featuring hardwired cellular access and a keypad. This procurement is crucial for enhancing the facility's security infrastructure and ensuring compliance with operational standards. The estimated contract value ranges from $25,000 to $100,000, and interested parties should contact Jonathan Barrett at jonathan.c.barrett@uscg.mil for further details, with the due date for offers to be established upon issuance of the Request for Quote.
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.
DHS CWMD Mobile Detection Deployment Program (MDDP) RFI
Buyer not available
The Department of Homeland Security (DHS) is seeking sources for the Mobile Detection Deployment Program (MDDP) to enhance the nation's capabilities in detecting and responding to chemical, biological, radiological, and nuclear (CBRN) threats. The program requires deployable field management and scientific support services, including operational, technical, and logistical aid, as outlined in the attached Statement of Work (SOW). This initiative is critical for national security, ensuring preparedness against weapons of mass destruction through effective deployment and maintenance of detection assets, training personnel, and managing technical support staff. Interested vendors must submit a capability statement by April 29, 2025, and can contact William Grimm at william.grimm@hq.dhs.gov or 202-601-9823 for further information.