ContractSolicitationTotal Small Business Set-Aside (FAR 19.5)

Electronic Security System (ESS) Maintenance and Service- Amend 0001

DEPT OF DEFENSE W91QF426RA010
Response Deadline
Apr 23, 2026
19 days left
Days Remaining
19
Until deadline
Set-Aside
Total Small Business Set-Aside (FAR 19.5)
Notice Type
Solicitation

Contract Opportunity Analysis

The Department of the Army’s MICC Fort Leavenworth is seeking a small-business set-aside contract for electronic security system maintenance and repair at Fort Leavenworth, Kansas. The work covers integrated ESS support for physical access control, intrusion detection, and CCTV systems, including equipment inventory management, warranty processing, preventive and corrective maintenance, parts management, and service reporting. The solicitation is structured as a base year with four option years and emphasizes qualified personnel, security clearance and system certification requirements, quality control, and 24/7 corrective response timelines. A site visit is scheduled for March 17, 2026 at 1:30 PM CST with RSVP due by March 16, questions due by March 24, and the proposal response due date extended to April 23, 2026.

Classification Codes

NAICS Code
561621
Security Systems Services (except Locksmiths)
PSC Code
J063
MAINT/REPAIR/REBUILD OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS

Solicitation Documents

16 Files
Solicitation - W91QF426RA010.pdf
PDF3578 KBApr 2, 2026
AI Summary
This government solicitation outlines a non-personal services IDIQ contract for Electronic Security System (ESS) maintenance and repair at Fort Leavenworth, Kansas. The contract, structured as a base year plus four option years, requires the contractor to provide all personnel, equipment, and supplies for maintaining integrated ESS, including Physical Access Control Systems (PACS), Intrusion Detection Systems (IDS), and Closed-Circuit Television (CCTV). Key tasks involve equipment inventory management, processing warranty equipment, performing preventive maintenance (PM) on a semi-annual or annual basis, and providing 24/7/365 corrective maintenance with specific response timelines based on priority levels. The contractor must also implement an ESS parts management system for rapid procurement and submit annual Service Contract Reports. Personnel require "Secret Clearance" and specific certifications for C-Cure 9000 and Lenel systems. The government will provide utilities, office space, a computer workstation, and storage for parts. This RFP emphasizes adherence to various government regulations and security requirements.
Solicitation Amendment W91QF426RA0100001 SF 30.pdf
PDF4051 KBApr 2, 2026
AI Summary
This amendment updates a solicitation for Electronic Security System (ESS) Maintenance and Service at Fort Leavenworth, KS. Key changes include an updated physical address for MICC Leavenworth, a revised Performance Work Statement (PWS), and updated Sections L and M. Additionally, Attachment 3 (Sterilized Equipment Listing) has been updated, and new attachments—Attachment 11 (Historic ESS Maintenance Tracker) and Attachment 12 (System ID Serial Numbers)—have been added, along with Site Visit Questions and Answers. The response due date is extended to April 23, 2026. The PWS outlines requirements for comprehensive ESS maintenance and repair, including IDS, ACS, and CCTV systems, emphasizing quality control, security clearances, and strict adherence to government standards and protocols. The contractor must provide qualified personnel, manage equipment inventory and warranties, perform preventive and corrective maintenance, and adhere to specific reporting timelines and security regulations.
Attachment 3_Sterilized Combined Equipment List (Updated 20260318).xlsx
Excel186 KBApr 2, 2026
AI Summary
The document outlines various intrusion detection systems for different zones and buildings, detailing specific sensors and control panels. Key components include motion sensors, door/window contacts, glassbreak detectors, duress alarms, heat detectors, and tamper switches for main and AES panels. The systems primarily utilize DSC PC1864 and PC4020 series panels, LCD 5500/4501 keypads, AES 7788 wireless radio communicators, and TL250/TL260/TL280 IP communicators. Additionally, the file lists various physical security elements like vault doors, vibration sensors, and card readers across multiple areas, including arms rooms, server floors, and various offices. The document also mentions environmental monitoring for HVAC, temperature, and humidity, as well as power-related tampers (UPS, main, sub-panel). Device totals indicate a comprehensive security infrastructure with a high number of motion and duress sensors. The C-CURE partition details show a varied system integration across DES, DPTM, and NEC areas.
Attachment 11- Historic ESS Maintenance Tracker.xlsx
Excel31 KBApr 2, 2026
AI Summary
The provided document details electronic security, IDS, and CCTV support activities from March 2023 to February 2026. It outlines various issues encountered across multiple facilities including
Atachment 12- System ID Serial Numbers (20260318).xlsx
Excel11 KBApr 2, 2026
AI Summary
The document details the inventory of security software and systems used by the Combined Arms Command and Fort Leavenworth. It lists serial numbers for Software House C-Cure 9000 installations across various facilities, including an Installation Wide System, University Campus Secure Facility, SIM 1, SIM 2, Joint Facility 2, and T2COM Training Secure Facility, all utilizing either Series R+ or Series L. Additionally, it provides information for the Lenel Systems OnGuard Enterprise v 8.0.458, including its Dongle ID: 143378. The Lenel system comprises 20 main controllers (LNL-X4420), 265 doors connected to LNL-1320 units (with 220 on port 1 and 43 on port 2), and 40 doors listed with on-board readers. The Lenel system is licensed to the Command and General Staff College. This file appears to be an asset inventory, likely for maintenance, upgrade planning, or auditing purposes within a government facility.
ESS MS Ft. Leavenworth_QA.xlsx
Excel27 KBApr 2, 2026
AI Summary
The provided document is a Q&A spreadsheet for RFP W91QF426RA010, outlining various questions from offerors and the government's corresponding responses regarding a federal government solicitation. Key areas of clarification include proposal submission requirements (allowing double-sided printing but maintaining physical submission), past performance definitions (seven-year recency for projects, 80% completion metric for ongoing projects), and technical specifications for security systems. The government clarified responsibilities for network infrastructure (government-managed) versus security equipment maintenance (contractor-managed), certification requirements for technicians (Software House Level 1 for C-Cure), and the contract's small business set-aside status. Additionally, the document addresses questions about equipment listings, site visit details, wage determinations, and the Integrated Tracking System, ensuring offerors have a clear understanding of the RFP's expectations and scope.
Attachment 1 - Performance Requirements Summary (PRS) ESS.xlsx
Excel13 KBApr 2, 2026
AI Summary
This government file outlines the performance requirements for a contractor, focusing on equipment inventory, warranty processing, preventive maintenance, service order repairs, parts management, after-hours service, and annual reporting. Key objectives include submitting monthly equipment deviation lists, maintaining daily warranty logs, completing scheduled preventive maintenance within a 5% variance, and responding to service calls within specified priority timelines (e.g., Priority 1 in 2 hours). The contractor must also procure parts for high-priority calls within approved delivery times, submit an after-hours response plan, and provide qualified technicians within two hours for critical after-hours failures. Annual service contract reports must be submitted via SAM.gov by October 31. Acceptable Quality Levels (AQLs) require 100% on-time and complete submissions for lists and logs, 95% adherence to service call response times, and 95% on-time parts procurement for Priority 1 and 2 calls. Non-compliance often results in a 'Fail' for the period.
Attachment 2 - Combined Deliverables and Project Schedule Requirements.xlsx
Excel17 KBApr 2, 2026
AI Summary
This government file outlines deliverables and training requirements for contractors, detailing a wide array of items crucial for compliance and operational readiness. Key deliverables include a Quality Control Plan, various training certificates (Anti-Terrorism, OPSEC, iWatch, PII, DoD Cyber Awareness Challenge, Baseline, CE, and OEM), and an Acceptable Use Policy Acknowledgement. It also specifies a Contractor Training Plan, Post Award Conference, Periodic Progress Meetings, Equipment Inventory, Inventory Support Documentation, Service Request Documentation, Cybersecurity Scan & IAVM Verification, and a Transition-In/Transition-Out Plan. Each deliverable has a specified frequency, due date, format, submission method, and recipient, primarily the Contracting Officer Representative (COR) or Contracting Officer (CO). The document emphasizes ongoing compliance, regular updates, and adherence to various certifications and training protocols to ensure the contractor meets federal government standards throughout the contract lifecycle.
Attachment 3- Sterilized Combined Equipment List.xlsx
Excel182 KBApr 2, 2026
AI Summary
This government file details the components of various Intrusion Detection Systems (IDS) across multiple locations and partitions. The primary IDS utilized is the DSC Power Series (PC1864) with an LCD 5500 Keypad, supplemented by an AES 7788 Wireless Radio Communicator and either a TL260 or TL280 IP Communicator. A DSC PC4020 system with an LCD 4501 Keypad and a TL250 IP Communicator is also mentioned in some areas. The file lists an extensive array of detection devices, including numerous door contacts, motion sensors, glass break detectors, heat sensors, duress alarms (panic buttons), and tamper switches for main panels, AES panels, radio transmitters, and camera utility boxes. It also includes entries for vibration sensors in arms rooms, wireless repeaters, and environmental sensors for HVAC failure, temperature, humidity, generator status, and UPS alarms. The document categorizes these devices by
Attachment 4 - Service Log.xlsx
Excel82 KBApr 2, 2026
AI Summary
The provided document is a Service Log (PWS Attachment 6) detailing call center and contractor actions for service orders from 2022 to 2030, with a focus on the 1st Quarter (JAN-MAR). It outlines a structured process for managing service requests, including details such as problem description, technician assignment, authorization, corrective actions, and costs. The log differentiates between Emergency, Routine, and PMI (Preventative Maintenance Inspection) services. Key elements captured for each service order include dates and times of submission, authorization, and resolution, as well as costs for parts and total service order expenses. The 2022 entry shows specific examples of service orders, their statuses (Completed, Not Approved, Approved, Cancelled), and the impact on remaining funds. Subsequent years (2026-2030) show a template with blank entries, indicating the log's use as an ongoing record-keeping tool to track service activities and financial expenditures for a facility, likely Fort Pistol, across multiple years.
Attachment 5 - Service Order Form.xlsx
Excel33 KBApr 2, 2026
AI Summary
This Service Order Form is a comprehensive document used for detailing and authorizing services, particularly within government contracts related to federal RFPs, federal grants, and state/local RFPs. It is structured into four main parts: Service Order Information, Cost Summary, Authorization, and Certification of Services. The form meticulously captures contractor and facility details, task order specifics, and a schedule of completion, emphasizing safety verification. The Cost Summary section provides a detailed breakdown of labor (including classifications, regular and overtime rates), travel expenses (flight, per diem, rental car), parts/materials/supplies, and subcontracts. It also calculates various costs like material shipping, handling, tax, and profit, culminating in a total service order cost and total to be invoiced. Authorization requires signatures from the Initiator, On-Site Representative, Engineering, and Contracting Officer. Finally, the Certification of Services ensures satisfactory completion, with a section for the Contractor and Government Quality Assurance Evaluator signatures. The form also includes fields for service call date, order date, ticket number, type (routine, emergency, inspection), and a Scope of Work (SOW), alongside acknowledgments regarding Accident Prevention Plans (APP) and Activity Hazard Analyses (AHA).
Attachment 6 - UFGS 28 10 05 - IDS.pdf
PDF346 KBApr 2, 2026
AI Summary
The UFGS-28 10 05 (May 2024) outlines comprehensive requirements for Electronic Security Systems (ESS) for USACE, NAVFAC, and AFCEC. It focuses on commercial off-the-shelf equipment for Intrusion Detection Systems (IDS), Access Control Systems (ACS), Video Surveillance Systems (VSS), Medical Facility Systems (including Infant Protection Alarm Systems), Security Command Centers (SCC), and Security Lighting. The document details general provisions such as references, submittals requiring government approval, and stringent quality assurance measures covering product standards, contractor/instructor qualifications, and environmental conditions (interior and exterior). It also specifies system calculations for backup battery and VSS storage, software requirements, and as-built drawings. Performance requirements include growth capability, hazardous location compliance, maintainability, availability, fail-safe operation, and various communication protocols. The guide emphasizes integration with existing central monitoring systems and adherence to UFC 4-021-02, "Electronic Security Systems," alongside numerous other industry and federal standards.
Attachment 7 - TRADOC_928-R_Submittal_Form.pdf
PDF136 KBApr 2, 2026
AI Summary
The TRADOC Form 928-R, November 1991, titled "MATERIAL APPROVAL SUBMITTAL," is a critical document used in government contracting, likely within the context of federal RFPs or grants, for the formal approval or disapproval of materials submitted by contractors. This form ensures that all materials comply with contract specifications and TRADOC Regulation 715-3. It outlines a clear process involving contractors and government officials, including contracting officers, for the submission, evaluation, and approval or disapproval of materials. The form includes sections for contractor certification, detailed material descriptions, project and contract numbers, and designated areas for signatures and dates from both the contractor and various government personnel involved in the approval chain. Provisions for resubmission of disapproved items and comments further streamline the process, ensuring compliance and accountability in government projects.
Attachment 8 Draft DD 254 ESS Maintenance.pdf
PDF195 KBApr 2, 2026
AI Summary
The document is not a government file but rather a placeholder message indicating that the PDF viewer may not be able to display the document's content. It advises the user to upgrade to the latest version of Adobe Reader and provides links for download and assistance. The message also includes trademark information for Windows, Mac, and Linux. This content is not relevant to government RFPs, federal grants, or state/local RFPs.
Attachment 9-PPQ-ESS.pdf
PDF283 KBApr 2, 2026
AI Summary
The Past Performance Questionnaire is a crucial tool for evaluating contractor performance in federal, state, and local government procurement. Offerors complete their information in Part I-A and forward the questionnaire to clients for up to five projects within the last three years. Clients (respondents) objectively evaluate the contractor's performance across various criteria, including Quality of Work, Timely Performance, Management Effectiveness, and Compliance & Safety, using a defined rating scale (Excellent to Poor, and Neutral). Part II details project information such as contract number, title, period of performance, and value. Part IV includes an overall assessment, general questions about satisfaction and re-award, narrative comments, and a certification of accuracy from the evaluator. This confidential feedback is vital for the source selection process, ensuring informed decisions based on past performance.
Attachment 10- SCA Wage Determination.pdf
PDF46 KBApr 2, 2026
AI Summary
This government file, Wage Determination No. 2015-5105, provides minimum wage rates and fringe benefits for various service occupations across specific counties in Kansas and Missouri, as mandated by the Service Contract Act. It outlines hourly rates for administrative, automotive, food service, health, technical, and many other roles. The document also details fringe benefits, including health and welfare, vacation, and holidays. Crucially, it addresses Executive Order 13706 for paid sick leave and Executive Order 13658 for minimum wage. Additionally, it provides guidelines for hazardous pay differentials, uniform allowances, and the process for conforming unlisted job classifications and wage rates.

Related Contract Opportunities

Project Timeline

postedOriginal Solicitation PostedMar 11, 2026
amendedLatest AmendmentApr 2, 2026
deadlineResponse DeadlineApr 23, 2026
expiryArchive DateMay 8, 2026

Agency Information

Department
DEPT OF DEFENSE
Sub-Tier
DEPT OF THE ARMY
Office
W6QM MICC-FT LEAVENWORTH

Point of Contact

Name
Jazmin Burns

Place of Performance

Fort Leavenworth, Kansas, UNITED STATES

Official Sources