ACS IDS CCTV Maintenance
ID: HQ042325QE099Type: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEFENSE FINANCE AND ACCOUNTING SERVICE (DFAS)DEFENSE FINANCE AND ACCOUNTING SVCCOLUMBUS, OH, 432131152, USA

NAICS

Security Systems Services (except Locksmiths) (561621)

PSC

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

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Defense, through the Defense Finance and Accounting Service (DFAS), is seeking qualified vendors for a firm-fixed-price contract for ACS IDS CCTV Maintenance. This procurement involves the maintenance and support of the DFAS-IN Access Control System, including LENEL System Administration, alarm monitoring, and associated hardware and software, with an anticipated ordering period from December 26, 2025, to December 25, 2030, including four one-year option periods. The contract is set aside for 100% small businesses, with a maximum value of $25 million, and requires vendors to meet specific qualifications, including certifications and past performance evaluations. Interested parties must submit their quotes by October 28, 2025, and direct any inquiries to Laura B. Price at Laura.B.Price7.civ@mail.mil or by phone at 667-894-8772.

    Point(s) of Contact
    Files
    Title
    Posted
    This government Request for Quote (RFQ) is for a single-award, firm-fixed-price contract for ACS IDS CCTV Maintenance, with an anticipated ordering period from December 26, 2025, to December 25, 2030, including option years. The acquisition is a 100% Small Business set-aside, with a NAICS code of 561621 and a maximum value of $25,000,000.00. The Defense Finance and Accounting Service (DFAS) Columbus is the issuing office, and DFAS Indianapolis is the inspection and acceptance location. Key requirements include maintenance of the DFAS-IN Access Control System (ACS), encompassing LENEL System Administration, Alarm Monitoring, Video Viewer, automatic door openers, and associated hardware and software. Contractors must comply with specific FAR and DFARS clauses, including those related to electronic invoicing via Wide Area WorkFlow (WAWF) and a prohibition on procuring covered semiconductor products and services from companies providing them to Huawei. The Service Contract Act of 1965 applies, with Wage Determination Number IN20250002. Option clauses for extending services and the contract term are included, along with item unique identification and valuation requirements for delivered items.
    The Defense Finance and Accounting Service (DFAS) issued a Request for Quotation (RFQ) HQ042325QE099 for ACS IDS CCTV Maintenance, seeking a single-award, Firm Fixed Price Contract. Vendors must submit quotes for all work by October 28, 2025, at 5:00 PM EST, with questions due by October 15, 2025, at 12:00 PM EST, to Laura B. Price. Quotes require specific attachments for Certifications (Factor 1), Past Performance (Factor 2), and Price (Factor 3), adhering to formatting and page limits. Evaluation prioritizes Certifications (must be "Acceptable"), then Past Performance over Price, though price importance increases if other factors are equal. Vendors must be LEVEL/On-Guard certified and authorized Bosch and DMP Intrusion Detection System resellers. Past performance evaluation considers up to three recent and relevant contracts, with questionnaires sent directly to contracting officers. Price will be evaluated for reasonableness, including options and an Option to Extend Services.
    This contract outlines the requirements for maintenance, on-call service, and installation/removal of CCTV, Intrusion Detection System (IDS), and Access Control System (ACS) equipment at the Defense Finance and Accounting Service-Indianapolis (DFAS-IN). The scope includes ensuring full operational status of LENEL ACS and DMP/Bosch IDS, encompassing card readers, IP cameras, and various security components. The contract is for one year with four one-year options, not exceeding five years. Key requirements include 24/7 telephone consultation with a two-hour response, four-hour on-site emergency repair (completed within 24 hours), and twenty-four-hour non-emergency repair (completed within five business days). The contractor must possess LENEL/On-Guard certifications and be a LENEL, Bosch, and DMP reseller. Personnel must be U.S. citizens, undergo a favorable Tier 3 background investigation, and adhere to strict security protocols, including mandatory training and incident reporting. The government will monitor performance via a Quality Assurance and Surveillance Plan and monthly uptime reports, expecting a 90% system availability.
    The document HQ042325QE099 is a Request for Quote (RFQ) from DFAS-Indianapolis for ACS IDS CCTV Maintenance. It outlines a schedule of items for 12 months of maintenance services across multiple contract line item numbers (CLINs). The RFQ requires vendors to provide unit and total prices for these services. Additionally, it requests vendor business information including name, point of contact, phone, email, CAGE Code/DUNS No., Tax Identification No., and Place of Manufacture. Quotes must remain valid for a minimum of 60 days and be fixed for the performance period. Bidders are instructed to refer to an attached Performance Work Statement (PWS) for more details and to return FAR Full Text Provisions with their quote.
    Lifecycle
    Title
    Type
    ACS IDS CCTV Maintenance
    Currently viewing
    Sources Sought
    Similar Opportunities
    F5 BIG IP FY23
    Buyer not available
    The Department of Defense, through the Defense Finance and Accounting Service (DFAS), is seeking maintenance renewal for F5 BigIP devices utilized within the DFAS Enterprise Local Area Network (ELAN). This procurement aims to ensure the continued functionality of the F5 BIG-IP® Local Traffic Manager, which is critical for local and global load balancing across servers, thereby optimizing data center efficiency and overcoming limitations of individual systems. Interested vendors can reach out to primary contact Zachary Wilson at zachary.t.wilson37.civ@mail.mil or by phone at 614-701-3613, or secondary contact Stephanie Smith at stephanie.n.smith60.civ@mail.mil or 614-701-2787 for further details regarding this opportunity.
    Integrated Security Services Contract 5 (ISSC)
    Buyer not available
    The Department of Defense, through the Washington Headquarters Services, is seeking vendors for the Integrated Security Services Contract 5 (ISSC) to provide comprehensive electronic and physical security systems for various DoD facilities. This non-personal services contract is structured as a Firm Fixed Price Performance Based Indefinite Delivery/Indefinite Quantity (IDIQ) with a potential value not to exceed $475 million and a performance period of up to ten years, focusing on maintaining, repairing, installing, and supporting security systems such as access control, intrusion detection, and video surveillance. Interested firms must possess a Top Secret Facility Clearance and submit capability statements by December 12, 2025, detailing their administrative information, technical capabilities, and subcontracting plans. For further inquiries, vendors can contact Saba Samuels at saba.samuels.civ@mail.mil or Roya Sterner at roya.m.sterner.civ@mail.mil.
    FY23 Virtualization Hyperconverge Maintenance
    Buyer not available
    The Department of Defense, through the Defense Finance and Accounting Service (DFAS), is seeking maintenance services for its FY23 Virtualization Hyperconverge system, with the procurement managed by the DFAS Administrative Services in Columbus. The objective is to ensure the continued operational efficiency and reliability of the virtualization infrastructure, which is critical for the agency's IT and telecom business applications. This maintenance service is vital for supporting the agency's ongoing digital transformation and operational capabilities. Interested vendors can reach out to Patrina James at patrina.l.james.civ@mail.mil or Melissa Adams at melissa.d.adams35.civ@mail.mil for further details regarding the procurement process.
    Dell EMC Data Domain Maintenance Renewal
    Buyer not available
    The Department of Defense, through the Naval Research Laboratory, is seeking quotations for the renewal of maintenance services for Dell EMC Data Domain systems. This procurement specifically requires brand name hardware and software components, including DD6900 NFS CIFS controllers, DD DS60 shelves, and various I/O modules, along with associated software licenses for Cloud Tier, DD Boost, and DD Replication. The maintenance services are crucial for ensuring the operational integrity and support of the Data Domain systems, with coverage scheduled from January 1, 2026, to December 31, 2026. Interested small businesses must submit their quotations and documentation proving their status as authorized distributors by contacting Katrina Gallagher at katrina.t.gallagher.civ@us.navy.mil.
    DDAG - Dock Leveler and Industrial Door Maintenance - SP3300-26-Q-0012
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Distribution, is seeking qualified small businesses to provide preventative and corrective maintenance services for dock levelers and industrial doors at DLA Distribution Albany, Georgia. The procurement involves establishing a hybrid firm-fixed-price and time-and-materials purchase order, covering a base year from March 2026 to March 2027, with four additional option years extending through March 2031. This maintenance is crucial for ensuring the operational efficiency and safety of material handling equipment, which plays a vital role in logistics operations. Interested vendors must submit their quotes electronically by December 10, 2025, and can direct inquiries to Michael French at michael.s.french@dla.mil, with a total ceiling price of $22,000.00 for the entire contract period.
    MFT 25-96 - DCC Surveillance System
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified vendors for the MFT 25-96 - DCC Surveillance System, as indicated in a Special Notice. This procurement is set aside for small businesses and aims to acquire communications security equipment and components, classified under the NAICS code 334220. The goods and services are critical for enhancing surveillance capabilities within the military framework. As of September 25, 2025, the solicitation is currently on hold indefinitely. Interested parties can reach out to Mr. Michael Goetz at michael.goetz.7@us.af.mil or by phone at 707-424-7788, or Mr. Vitaliy Kim at vitaliy.kim.1@us.af.mil or 707-424-7740 for further inquiries.
    Maintenance, Repair, and Upgrade of Existing Government-Owned Data Acquisition System Components/Related Software
    Buyer not available
    The Department of Defense, specifically the Army Contract Command - Redstone Arsenal, is seeking to award an Indefinite Delivery Indefinite Quantity (IDIQ) contract for the maintenance, repair, and upgrade of existing government-owned data acquisition system components and related software. The procurement aims to secure Data Acquisition Systems Integration Support, Hardware, and Instrumentation Software for the Technology Development Directorate-Aviation Systems Integration and Demonstration, Mission Systems Division, with the contract intended for Teletronics Technology Corporation. The anticipated award date is March 31, 2023, and the procurement will be conducted on a sole-source basis under the authority of 10 U.S.C. 2304(a)(1), with a justification for lack of competition included in the notice. Interested parties can reach out to Brandy Moneymaker at Brandy.L.Moneymaker.civ@army.mil or Bethany Rosser at bethany.r.rosser.civ@army.mil for further inquiries.
    25--CALIPER ASSEMBLY,DI
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of 36 units of the Caliper Assembly, NSN 2530011796351. This solicitation aims to establish an Indefinite Delivery Contract (IDC) for a term of one year, with a guaranteed minimum quantity of five units and an estimated total order value of $350,000, reflecting the importance of these components in vehicular equipment systems. Interested vendors must submit their quotes electronically, as hard copies will not be provided, and all inquiries should be directed to the DLA via the email address DibbsBSM@dla.mil. The solicitation is available online, and quotes must be submitted by the specified deadline to be considered.
    25--SCREEN,PLATFORM-RAC
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of 170 units of the SCREEN, PLATFORM-RAC (NSN 2590013797207). This solicitation is part of a potential Indefinite Delivery Contract (IDC) with a one-year term, allowing for a total order value of up to $350,000, and includes a guaranteed minimum quantity of 25 units. The items are critical components for military armored vehicles and will be delivered to various DLA depots both within the continental United States (CONUS) and outside (OCONUS). Interested vendors must submit their quotes electronically, and any inquiries should be directed to the buyer via the provided email address, DibbsBSM@dla.mil, as hard copies of the solicitation are not available.
    Multiple Award Indefinite Delivery Indefinite Quantity (MA IDIQ) Contracts for Leasing Multi-Functional Devices (MFDs) for Navy Marine Corps Intranet (NMCI)
    Buyer not available
    The Defense Logistics Agency (DLA) is seeking qualified sources for Multiple Award Indefinite Delivery Indefinite Quantity (MA IDIQ) contracts to lease Multi-Functional Devices (MFDs) and associated services for the Navy Marine Corps Intranet (NMCI). The procurement aims to provide MFDs, accessories, and office document devices, along with installation, maintenance, training, and network security services for a period of up to 60 months at a flat rate. These contracts are crucial for ensuring efficient document management and operational support within the Department of the Navy. Interested companies must submit a capabilities package by December 12, 2025, and direct any questions by November 14, 2025, to the designated contacts, Matthew O’Brien and Jennifer DeWease, via their provided emails.