Garrison Intrusion Detection System (IDS) Services
ID: W519TC-25-R-AT00Type: Presolicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW6QK ACC-RIROCK ISLAND, IL, 61299-0000, 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, specifically the U.S. Army Garrison at Rock Island Arsenal (RIA), is seeking proposals for Garrison Intrusion Detection System (IDS) Services under solicitation number W519TC-25-R-AT00. The procurement is a small business set-aside competition aimed at providing both preventative and corrective maintenance for the Integrated Commercial Intrusion Detection System (ICIDS) V and Uninterrupted Power Supply (UPS) System, ensuring the ongoing functionality and compliance of security systems critical to military operations. Interested vendors must possess the necessary certifications and submit their proposals by February 6, 2025, with the contract period spanning from March 1, 2025, to April 30, 2028. For further inquiries, interested parties can contact Angel J. Traman at angel.j.traman.civ@army.mil or by phone at 520-693-0515.

    Point(s) of Contact
    Files
    Title
    Posted
    The Intrusion Detection System (IDS) Maintenance & Services Performance Work Statement (PWS) outlines the requirements for providing preventive and corrective maintenance for the IDS at the Rock Island Arsenal (RIA) in Illinois. The contract mandates that contractors deliver qualified technicians capable of maintaining the Integrated Commercial Intrusion Detection System (ICIDS) and its associated equipment across 38 active IDS zones. Key objectives include ensuring compliance with manufacturer standards, conducting regular maintenance, and responding to service requests within stipulated timelines. Contractor responsibilities encompass safety compliance, personnel qualifications, and maintaining a secure worksite. They must adhere to federal and local regulations, obtain required licenses, and provide training for security and operational protocols. Performance will be monitored through a Quality Assurance Surveillance Plan (QASP) to evaluate service quality. Additionally, environmental protection protocols must be integrated into work practices. This PWS aims to ensure the continued operational integrity of the IDS while prioritizing safety, quality, and compliance with relevant laws, thereby supporting the mission requirements of RIA.
    The document outlines a presolicitation notice for Intrusion Detection System (IDS) services required by the U.S. Army Garrison at Rock Island Arsenal (RIA). The procurement, identified by solicitation number W519TC-25-R-AT00, is set as a small business set-aside competition under FAR Part 13. Interested parties must submit proposals by February 6, 2025. The IDS services will involve both preventative and corrective maintenance for various tenants, specifically for the Integrated Commercial Intrusion Detection System (ICIDS) V and Uninterrupted Power Supply (UPS) System. Vendors must hold necessary certifications as specified, and the services will span from March 1, 2025, to April 30, 2028. This solicitation is primarily for subcontracting purposes, emphasizing that costs associated with proposal submissions will not be reimbursed by the Army. The notice is aimed at ensuring the ongoing functionality and compliance of the security systems at RIA, highlighting the importance of effective security system maintenance in military operations.
    The U.S. Army Contracting Command-Rock Island (ACC-RI) issued a Sources Sought Notice for Electronic Security Systems (ESS) Maintenance and Services at Rock Island Arsenal. The purpose is to identify potential qualified vendors to support various tenants under the United States Army Garrison – Rock Island Arsenal (USAG-RIA). ACC-RI is requesting vendors to submit capability statements by January 10, 2025, outlining their qualifications and supporting documentation, as this information will aid in developing a future acquisition strategy. Vendors are required to provide details such as their size standard, DUNS number, experience with Integrated Commercial Intrusion Detection Systems (ICIDS V), and qualifications of personnel servicing ESS equipment. Specific qualifications include two years of experience with ESS sensors and knowledge of uninterrupted power supply (UPS) systems. This notice is informational and does not constitute a contract award or solicitation, emphasizing the government's intention to use the gathered information solely for planning purposes.
    Similar Opportunities
    Purchase/Install Intrusion Detection System (IDS)
    Homeland Security, Department Of
    The Department of Homeland Security (DHS), through the Federal Protective Service (FPS), is seeking competitive bids 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 that will integrate with the General Services Administration (GSA) access control systems, enhancing security protocols within federal facilities. This procurement is critical for modernizing physical security infrastructure to protect personnel and assets, with proposals due by February 21, 2025, following a site visit on February 4, 2025. Interested contractors should direct inquiries to James Austin at james.austin@associates.hq.dhs.gov or Marcus Mason at marcus.l.mason@fps.dhs.gov.
    DLA ENTERPRISE FIRE PROTECTION CONTROL SYSTEMS (FPCS)
    Dept Of Defense
    The Defense Logistics Agency (DLA) is seeking proposals for an Indefinite Delivery Indefinite Quantity (IDIQ) contract to support Fire Protection Control Systems (FPCS) at multiple DLA facilities, including Fort Belvoir, Virginia, and other locations across the United States. The procurement aims to ensure the operational readiness and compliance of fire and life safety systems, encompassing project management, maintenance, and cybersecurity measures in accordance with relevant standards such as those set by the National Fire Protection Association (NFPA). This initiative is critical for maintaining safety and regulatory standards within government facilities, with a maximum contract value of $40 million over five years and a guaranteed minimum order of $7,500 during the base year. Interested contractors must submit their proposals by February 11, 2025, and can direct inquiries to Contract Specialist Dylan Stone at dylan.stone@dla.mil or Contracting Officer Ivan Badillo at ivan.badillo@dla.mil.
    NDT Modernization
    Dept Of Defense
    The Department of Defense, specifically the Army Contracting Command at Rock Island, is seeking proposals for the modernization of Non-Destructive Testing (NDT) equipment at the Rock Island Arsenal. This procurement aims to enhance the Army's NDT capabilities by acquiring advanced systems, including large and small vault linear accelerators, x-ray tubes, and optional computed and digital radiography technologies. The modernization is crucial for improving inspection technologies and operational readiness within defense manufacturing, ensuring compliance with national safety standards. Proposals are due by 10:00 AM CT on February 14, 2025, and interested vendors should contact Brandy Huesmann at brandy.m.huesmann.civ@army.mil or Ashley Moore at ashley.m.moore85.civ@army.mil for further details.
    NDT Modernization
    Dept Of Defense
    The Department of Defense, specifically the Army Contracting Command-Rock Island, is seeking proposals from qualified small businesses for the modernization of Non-Destructive Testing (NDT) systems at the Rock Island Arsenal. The procurement aims to enhance the capabilities of the NDT lab through the installation of new linear accelerators and X-ray tubes, while ensuring compliance with national safety standards such as OSHA, ASTM, and ANSI. This modernization is critical for maintaining operational efficiency and readiness within the Joint Manufacturing and Technology Center (RIAJMTC). Interested vendors must submit their bids by December 20, 2024, and can direct inquiries to Brandy Huesmann at brandy.m.huesmann.civ@army.mil or Ashley Moore at ashley.m.moore85.civ@army.mil.
    REPLENISHER SPRING
    Dept Of Defense
    The Department of Defense, through the Army Contracting Command - Rock Island, is seeking proposals for the procurement of 127 replenisher springs to support operations at the Rock Island Arsenal's Joint Manufacturing and Technology Center. Vendors must comply with the Federal Acquisition Regulation (FAR) and are required to be fully certified in the Joint Certification Program, submit a Certificate of Conformance, and include all costs, including freight to Rock Island, IL, in their pricing. This procurement is critical for maintaining military equipment and ensuring operational readiness, with proposals due by February 3, 2025. Interested parties should contact John Jacobsen at john.e.jacobsen16.civ@army.mil for further details.
    Electronic Security System (ESS)
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers, Walla Walla District, is seeking proposals for an Electronic Security System (ESS) to be implemented in Walla Walla, Washington. This procurement is set aside for small business concerns, with the applicable NAICS code being 561621, which pertains to Security Systems Services (except Locksmiths). The ESS is crucial for enhancing security measures and ensuring the safety of facilities, reflecting the Army's commitment to maintaining secure environments. Interested vendors should note that the solicitation documents will be available on or about January 24, 2025, via https://sam.gov, and must ensure they are registered in the System for Award Management (SAM) to be eligible for contract award. For further inquiries, vendors can contact Ruth A. Johnson at ruth.a.johnson@usace.army.mil or call 509-527-7222.
    Regional Armed Security Guard services
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Systems Command (NAVFACSYSCOM) Mid-Atlantic, is soliciting proposals for Regional Armed Security Guard services at various naval installations, including Norfolk Naval Shipyard in Virginia and Naval Support Activity in Pennsylvania. The procurement aims to secure well-trained personnel to ensure safety and security across multiple facilities, adhering to strict operational and training standards as outlined in the solicitation documents. This contract is particularly significant for maintaining security protocols and compliance with federal regulations in sensitive military environments. Interested contractors must submit their proposals by February 11, 2025, and can direct inquiries to Susan Roberts at susan.roberts2@navy.mil or by phone at 757-341-0091.
    Demilitarization and Disposal of Shotgun Cartridges
    Dept Of Defense
    The Department of Defense, specifically the Army Contracting Command in Rock Island, Illinois, is soliciting proposals for the demilitarization and disposal of shotgun cartridges under solicitation number W519TC-25-R-0014. The procurement aims to engage qualified contractors to manage the safe demilitarization, treatment, and recycling of approximately 1,898,633 shotgun cartridges, adhering to stringent safety, environmental, and regulatory standards. This initiative is crucial for maintaining compliance with federal guidelines regarding hazardous materials and ensuring the effective management of military supplies. Interested contractors must submit their proposals by February 3, 2025, at 9:00 AM U.S. Central Time, and can direct inquiries to Caitlyn Smith at caitlyn.l.smith3.civ@army.mil or John Fury at john.p.fury2.civ@army.mil.
    W911SA25QA033 Ground Maintenance Services for ID017 (Hayden, ID)
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for Ground Maintenance Services at the Army Reserve Facility ID017 located in Hayden, Idaho. The contractor will be responsible for providing all necessary labor, transportation, equipment, materials, and supervision to perform monthly grounds maintenance services, adhering to the Performance Work Statement (PWS) and all applicable laws and regulations. This contract, which is set aside for small businesses, spans an active performance period of eight months from May through November, with specific tasks including mowing, trimming, and seasonal clean-up activities. Interested contractors can reach out to Crystal Johnson at crystal.j.johnson27.civ@army.mil or Shannon Baker at shannon.a.baker2.civ@army.mil for further details, with proposals due by the specified deadline in the solicitation documents.
    65th SOS MGCS Security System Installation
    Dept Of Defense
    The Department of Defense, specifically the Air Force, is soliciting proposals for the installation of a security system at the 65th Special Operations Squadron's Management Grid Control System (MGCS) facility located at Hurlburt Field, Florida. The project involves the installation, testing, and certification of a new security system, including the integration of an eight-port Protected Distribution System (PDS) alarmed conduit system, along with various sensors and cabling requirements. This initiative is crucial for enhancing the security infrastructure of the MGCS, ensuring operational readiness and compliance with federal security standards. Interested small businesses, particularly those owned by women, are encouraged to submit proposals by the deadline, with a total contract value of $25,000,000 and a performance period from February 24, 2025, to March 24, 2025. For further inquiries, potential bidders can contact Rowan Thom at rowan.thom.1@us.af.mil or Melissa Perez-Hughes at melissa.perez-hughes@us.af.mil, and must attend a site visit scheduled for February 5, 2025, with prior registration required by February 3, 2025.