ACS IDS CCTV Maintenance
ID: HQ0423-25-Q-E099Type: Combined Synopsis/Solicitation
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 soliciting quotes for the ACS IDS CCTV Maintenance contract, which includes maintenance and potential replacement of Network Video Recorders for the Access Control System at DFAS Indianapolis. The contract is set aside for small businesses and will cover a base year with four one-year options, with an anticipated ordering period from December 26, 2025, to December 25, 2030, and a total award amount of approximately $25 million. This procurement is critical for ensuring the operational integrity and security of the facility's surveillance and access control systems. Interested vendors must submit their quotes by November 10, 2025, and are required to attend a mandatory site visit on October 24, 2025, for which they should contact Laura B. Price at laura.b.price7.civ@mail.mil or 667-894-8772 for further details.

    Point(s) of Contact
    Files
    Title
    Posted
    Amendment 01 to Solicitation HQ042325QE099 extends the offer due date to November 3, 2025, at 5:00 PM EST, and mandates a site visit on October 24, 2025, at 10:00 AM EST at DFAS Indianapolis. This amendment updates technical requirements in Attachment A23 RFQ Instructions for Vendors and includes responses to vendor questions. Attendance at the site visit is compulsory for consideration, requiring company and employee names on a sign-in sheet, along with a valid driver's license for facility access. No extensions or second site visits will be granted. All terms and conditions of the original solicitation remain unchanged.
    Amendment 02 for Solicitation HQ042325QE099 extends the offer due date to November 10, 2025, at 5:00 PM. This amendment also updates the Performance Work Statement, includes the Past Performance Questionnaire that was previously missing, and addresses all questions and responses related to Block 14. Offerors must acknowledge receipt of this amendment to ensure their offer is considered. The Defense Finance and Accounting Service (DFAS) Columbus issued this amendment, and interested parties can direct questions to Laura Price at laura.b.price7.civ@mail.mil. All other terms and conditions of the original solicitation remain unchanged.
    This document, HQ0423-25-Q-E099, outlines questions and responses regarding a federal government Request for Proposal (RFP) for security system services. Key details include a mandatory site visit on October 24, 2025, at 10:00 am EST, and specific counts of security infrastructure: 109 CCTV cameras, 117 LENEL-controlled access control doors, and 6 Bosch or DMP intrusion detection panels. The DFAS facility has a UL 2050 certification for SCIFS and performs annual battery/UPS replacements. As-built drawings are available, and the contractor will primarily supply replacement parts. The current LENEL OnGuard software version is 8.2, and the contractor will receive administrative access for updates. Testing will follow manufacturer instructions and be verified by a Security Specialist and COR. The contractor will manage LENEL OnGuard credentials, and existing wiring will be repurposed when applicable. The facility uses both Bosch and another intrusion system, with the Bosch system in an older facility. Drawings will be provided post-award and as needed.
    This government Request for Quote (RFQ) (HQ042325QE099) is a 100% Small Business set-aside for Firm Fixed Price ACS IDS CCTV Maintenance services for the Department of Defense. The anticipated ordering period is from December 26, 2025, to December 25, 2030, including option years, with a total award amount of USD 25,000,000.00. The solicitation includes detailed instructions for electronic invoicing via Wide Area WorkFlow (WAWF) and various Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) clauses. Key clauses include those related to unique item identification, prohibitions on certain semiconductor products and services from Huawei, and compliance with labor standards. The contract requires maintenance of the DFAS-IN Access Control System (ACS) in Indianapolis, including LENEL system administration, alarm monitoring, and CCTV, with specific inspection and acceptance locations. The document also outlines procedures for protests and applicable wage determinations.
    The Defense Finance and Accounting Service (DFAS) issued an RFQ (HQ042325QE099) for ACS IDS CCTV Maintenance, seeking a single-award Firm Fixed Price Contract. Vendors must submit quotes for all work by November 10, 2025, at 5:00 PM EST, and questions by October 15, 2025, at 12:00 PM EST. Submissions require attachments for Certifications, Past Performance, and Price, with specific formatting and page limits. Key certifications include LEVEL/On-Guard, Bosch, and DMP Intrusion Detection System authorization. Past performance evaluation prioritizes recent and relevant contracts, requiring three examples and potentially subcontractor consent. Price will be evaluated on a fixed-price-per-month basis, with significant discounts encouraged. Evaluation prioritizes Certifications (acceptable/unacceptable), then Past Performance (more important than price), and finally Price. Award will be based on the best value to the Government, with an emphasis on certified small businesses.
    The Defense Finance and Accounting Service (DFAS) is seeking quotations for ACS IDS CCTV Maintenance, identified by RFQ HQ042325QE099. This all-or-none requirement, detailed in an attached Performance Work Statement (PWS), will result in a single-award Firm Fixed Price Contract. Quotations are due by email to Laura B. Price (Laura.B.Price7.civ@mail.mil) by 5:00 PM EST on October 28, 2025, with questions due by 12:00 PM EST on October 15, 2025. Submissions must include the RFQ number, vendor details, and three attachments: Certifications (Factor 1), Past Performance (Factor 2), and Price (Factor 3, Excel Worksheet). Page limits apply to some attachments. Evaluation prioritizes Factor 1 (Acceptable/Unacceptable), then Factor 2 (more important than Factor 3, Price), with price importance increasing if non-price factors are equal. Vendors must be LEVEL/On-Guard certified and authorized Bosch and DMP Intrusion Detection System resellers. Past performance requires three recent and relevant contracts, including a Past Performance Questionnaire (PPQ) for each, and subcontractor consent letters if applicable. Price is evaluated based on a completed Schedule of Items, encouraging significant discounts, and includes options to extend services.
    The Defense Finance and Accounting Service (DFAS) issued a Request for Quotation (RFQ) for ACS IDS CCTV Maintenance (HQ042325QE099), seeking a single-award Firm Fixed Price Contract. Vendors must submit quotes for all work by October 28, 2025, at 5:00 PM EST to Laura.B.Price7.civ@mail.mil, with questions due by October 15, 2025, at 12:00 PM EST. Quotes require three attachments: Certifications (Factor 1), Past Performance (Factor 2), and Price (Factor 3), with specific page limits. Vendors must be LEVEL/On-Guard certified and authorized Bosch and DMP Intrusion Detection System resellers. Evaluation prioritizes Certifications, then Past Performance over Price, though price importance increases if other factors are equal. The government will assess recent and relevant past performance, potentially considering subcontractor and DoD contracts, to determine a performance confidence rating. Price reasonableness will be determined through competition among certified small businesses.
    This document outlines a Past Performance Questionnaire for the Defense Finance and Accounting Service (DFAS) to evaluate contractor performance for ACS IDS CCTV Maintenance. It details instructions for quoters to complete Section A and send it to a customer POC, who then completes Sections B and C. Section A requires quoter information such as company name, contract details, and a brief description of work. Section B collects respondent information. Section C provides performance ratings (Exceptional, Very Good, Satisfactory, Marginal, Unsatisfactory, Not Applicable) and definitions for evaluating overall technical performance, quality, schedule, cost, and staffing. Respondents must rate these objectives and answer questions regarding risk identification, staff retention, and willingness to rehire the contractor, providing narrative explanations for marginal, unsatisfactory, or "no" responses. Completed questionnaires are due by 5 P.M. ET on October 10, 2025, to laura.b.price7.civ@mail.mil.
    This Performance Work Statement outlines the requirements for a contractor to provide maintenance, on-call service, and installation/removal services for the Defense Finance and Accounting Service-Indianapolis (DFAS-IN) Access Control System (ACS) and Intrusion Detection System (IDS). The contract is for one year with four one-year options, not to exceed five years. Key requirements include 2-hour response for telephone consultations, 4-hour on-site response for emergencies (to be completed within 24 hours), and 24-hour on-site response for non-emergencies (to be completed within five business days). The contractor must possess expertise in LENEL, Bosch, and DMP systems, maintain relevant certifications and reseller licenses, and meet specific security requirements, including U.S. citizenship, favorable background investigations, and continuous vetting enrollment. The document also details reporting requirements, performance standards, and mandatory security training for all contractor personnel.
    This Performance Work Statement outlines a contract for maintenance, on-call service, installation, and removal of Closed-Circuit Television (CCTV), Intrusion Detection System (IDS), and Access Control System (ACS) for the Defense Finance and Accounting Service-Indianapolis (DFAS-IN). The contract, valid for one year with four one-year options, not exceeding five years, requires the contractor to provide all necessary labor, hardware, software, and equipment. Key requirements include 2-hour phone consultation responses, 4-hour on-site emergency repair (completed within 24 hours), and 24-hour on-site non-emergency repair (completed within five business days). The contractor must possess LENEL, Bosch, and DMP certifications and reseller licenses, and provide a 90% system uptime. Personnel must be U.S. citizens, undergo a Tier 3 background investigation, and complete mandatory security training. Various reports and adherence to security protocols, including incident reporting and CUI safeguarding, are also stipulated.
    This Performance Work Statement outlines the requirements for a vendor to provide maintenance, on-call service, and installation/removal services for the Closed-Circuit Television (CCTV), Intrusion Detection System (IDS), and Access Control System (ACS) at the Defense Finance and Accounting Service-Indianapolis (DFAS-IN). 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 time, four-hour on-site response for emergencies (to be completed within 24 hours), and twenty-four-hour on-site response for non-emergencies (to be completed within five business days). The contractor must also install/remove equipment within 30 days of notice or receipt of parts. The vendor needs to be a LENEL Value Added Reseller (VAR) and a Bosch and DMP reseller, with certified employees. Detailed security requirements, including background investigations, continuous vetting, and mandatory training, are also specified for all contractor personnel.
    The document HQ042325QE099 is a Request for Quotation (RFQ) from DFAS-Indianapolis for ACS IDS CCTV Maintenance services. The RFQ outlines a schedule of items for a base year and four option years, covering both maintenance services and the potential replacement of Network Video Recorders. Each year includes 12 months of maintenance and a provision for 3 replacement Network Video Recorders if needed. The document also includes sections for vendors to provide their business size, name, point of contact information, CAGE Code/DUNS No., Tax Identification No., and Place of Manufacture. Quotes are required to remain valid for a minimum of 60 days and fixed for the entire performance period. A Performance Work Statement (PWS) is referenced for additional details regarding the requested items, indicating the comprehensive nature of the security system maintenance and upgrade requirements.
    The document, HQ042325QE099, is a Request for Quotation (RFQ) from DFAS-Indianapolis for ACS IDS CCTV Maintenance. It outlines a schedule of items for 12 months of maintenance across five contract line item numbers (CLINs: 0001, 1001, 2001, 3001, 4001). Vendors are required to provide their business size, name, point of contact details (name, 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 entire performance period. The RFQ references an attached Performance Work Statement (PWS) for detailed information and reminds vendors to complete and return FAR Full Text Provisions with their quotes.
    This government Request for Quote (RFQ), HQ042325QE0990003, is for a single-award, firm-fixed-price contract for ACS IDS CCTV Maintenance, including replacement Network Video Recorders, for the DFAS-IN Access Control System. Solicited as a 100% Small Business set-aside, the anticipated ordering period is from December 26, 2025, to December 25, 2030, including option years. The solicitation details the schedule of supplies/services, inspection and acceptance locations at DFAS Indianapolis, and outlines the period of performance for the base year and four option years. Key clauses include those related to Electronic Submission of Payment Requests (WAWF), and prohibitions on procuring semiconductor products/services from companies providing them to Huawei. The Service Contract Act of 1965 applies, with Wage Determination Number IN20250002. This RFQ provides instructions for offerors and outlines protest procedures.
    The DFAS-Indianapolis RFI Questions document addresses various aspects of facility maintenance and equipment, clarifying requirements for UPS batteries, automatic door operators (ADOs), electric locks, and security systems. Key points include no specific annual certifications for UPS batteries, a preference for cost-effective replacements (e.g., UltraTech UT 1272F1 12V 7.0 AH), and Stanley as the manufacturer for ADOs. Best Brand and HES manufacture electric door mortises and strikes, respectively. The document clarifies that DFAS security does not track motion sensors due to constant changes. Discrepancies between the RFP and PPT regarding quantities of card readers, cameras, and NVRs are noted, with plans for expansion. The contractor is responsible for replacing small consumables like cables and connectors, while DFAS will purchase replacement cameras, fiber connection modules, and NVRs, with the contractor responsible for installation and repair. The "Equipment Install/Removal Service" involves up to 20 installations/removals per year for items like card readers, cameras, IDS, and sensors, which contractors should factor into their costs.
    Amendment 03 to solicitation HQ042325QE099, issued by DFAS COLUMBUS, modifies the original solicitation by updating Section 6.4 of the Performance Work Statement and the Schedule of Items. The amendment adds five new Contract Line Item Numbers (CLINs): 0002, 1002, 2002, 3002, and 4002. These CLINs are specifically for the provision of a "Replacement Network Video Recorder" (NVR) if required, covering a base year and four option years, with three units per year at a firm-fixed price. The deadline for quotations is extended to November 10, 2025, at 5:00 PM EST, to be submitted via email to Laura B. Price. The amendment also details the inspection and acceptance locations for these new CLINs at DFAS INDIANAPOLIS OPS SITE SUPP OFC, with Phillip M. Hirman as the point of contact. Delivery periods for the NVRs span from December 2025 through December 2027. All other terms and conditions of the original solicitation remain unchanged.
    Lifecycle
    Title
    Type
    ACS IDS CCTV Maintenance
    Currently viewing
    Combined Synopsis/Solicitation
    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.
    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.
    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.
    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.
    Boise VA Security Equipment & Software Service Maintenance
    Buyer not available
    The Department of Veterans Affairs is seeking qualified vendors to provide software support and maintenance for security equipment at the Boise VA Medical Center in Idaho. This procurement specifically involves the maintenance of Lenel and Milestone Card Readers, cameras, and other security systems, with a requirement for brand name or equal equivalent products. The contract will span a base period from January 15, 2026, to January 14, 2027, with four additional option years extending to January 14, 2031. Interested Service-Disabled Veteran-Owned Small Businesses (SDVOSB) are encouraged to submit quotations, with the anticipated Request for Quote issuance on November 15, 2025, and an expected award date of January 15, 2026. For further inquiries, vendors may contact Michael J Borelli at Michael.Borelli@va.gov.
    4 NSN's - CABLE ASSEMBLY, SPEC
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking proposals for an Indefinite Quantity Contract (IQC) for four National Stock Numbers (NSNs) related to cable assemblies. This procurement is set aside for small businesses and includes specific requirements for critical application items, with delivery timelines ranging from 143 to 221 days after receipt of order (ARO). The goods are essential for communication equipment, and the contract will have a five-year base period without options, with pricing evaluated based on estimated annual demand for each NSN. Interested parties should prepare to submit electronic proposals via the DIBBS system, with the solicitation expected to be released on December 17, 2025. For further inquiries, contact Brenda Spell at brenda.spell@dla.mil or call 445-737-6224.
    Mission Video Distribution System (MVDS) Services
    Buyer not available
    The Department of Defense, specifically the Air Combat Command (ACC), is seeking industry sources for the Mission Video Distribution System (MVDS) Services, with a focus on providing engineering and technical support for the HQ 9th Air Force (Air Forces Central). The procurement aims to ensure the availability and operational support of the MVDS, which is critical for military operations within the United States Central Command (USCENTCOM) Area of Responsibility, including on-site support at Shaw Air Force Base in South Carolina and Al Udeid Air Base in Qatar. Interested parties must demonstrate their capability to meet the requirements, including software development, system engineering, and compliance with security standards, while adhering to government regulations. Responses are due by January 6, 2026, at 2:00 PM EST, and inquiries should be directed to Scott D. Bedford or Nicholas Bachman via email.
    SPE4A726R0220 – 5995 – CABLE ASSEMBLY, SPEC / WSIC
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking proposals for an indefinite quantity contract (IQC) for the procurement of cable assemblies, specifically NSN 5995-015512593. The contract will cover a base period of five years, with an estimated annual quantity of 1,260 units, and will be exclusively set aside for small businesses, in accordance with FAR 19.5. These cable assemblies are critical components for communication equipment, and the solicitation will evaluate offers based on price, past performance, and delivery timelines. Interested vendors can access the solicitation on the DLA Internet Bid Board System (DIBBS) around December 5, 2025, and should direct any inquiries to Thuy Ho at Thuy.Ho@dla.mil.
    MERIDIAN IV MAINTENANCE
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center (NSWC) Crane, is seeking a sole-source contract for the maintenance of the Meridian IV Microscope and its associated components from FEI COMPANY. This procurement is critical for ensuring the timely and effective servicing of specialized equipment, as FEI Systems holds proprietary rights and possesses the necessary trained personnel and certified repair parts. The solicitation, identified as N00164-26-Q-0019, has an issue date of December 1, 2025, and a closing date of December 8, 2025, at 4:00 PM Eastern Time. Interested vendors must be registered in the System for Award Management (SAM) and can submit capability statements to the primary contact, Cierra Vaughn, at cierra.n.vaughn2.civ@us.navy.mil.