Installation and service of intrusion detection system
ID: F2BDAP5084A101Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA8730 KESSEL RUN AFLCMC/HBBKHANSCOM AFB, MA, 01731-2100, USA

NAICS

Security Systems Services (except Locksmiths) (561621)

PSC

MISCELLANEOUS ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS (6350)
Timeline
    Description

    The Department of Defense, specifically the U.S. Air Force's Air Force Life Cycle Management Center, is seeking proposals for the installation and service of an Intrusion Detection System (IDS) at Joint Base Andrews in Maryland. The procurement involves providing a Firm Fixed Price proposal for the IDS, which includes equipment procurement, site surveys, installation, and two years of support service, all while ensuring compliance with various Air Force regulations and security standards. This initiative is crucial for enhancing security measures and ensuring interoperability with existing defense operations, aligning with the Intelligence Community Directive (ICD) 705. Interested contractors must submit their completed proposals to David Aker at david.aker.1@us.af.mil by the solicitation closing date, with the project timeline set to commence 45 days after the order is received.

    Files
    Title
    Posted
    The document discusses a brand-name justification for procuring the Vindicator V-series Intrusion Detection System (IDS) to comply with security standards at Joint Base Andrews. The Air Force Life Cycle Management Center requires this specific system to ensure interoperability with existing equipment, as no other solution can effectively integrate with the current security monitoring system while meeting contractual and operational requirements. The anticipated costs are deemed fair and reasonable, based on market research, and the agency will continue to assess and reduce the use of brand-name restrictions in future procurements.
    The Statement of Work (SOW) outlines requirements for contracting an Intrusion Detection System (IDS) solution for the U.S. Air Force's Air Force Life Cycle Management Center. The solution aims to ensure compliance with Intelligence Community Directive 705 at Joint Base Andrews and to integrate with existing Base Defense Operations. The contractor must provide all necessary equipment, conduct site surveys, and ensure that installations meet specific security and operational standards. Key requirements include configuring a Vindicator system, installing Access Control Systems across four trailers, and conducting a Physical Configuration Audit prior to system acceptance. Additionally, the contractor is responsible for independent quality assurance, documentation, operational testing, and ensuring equipment can be upgraded in the future. The proposal must also include a two-option year sustainability plan following installation. This SOW reflects a structured government RFP process focused on enhancing military security infrastructure while maintaining compliance with established regulations.
    The Statement of Work (SOW) outlines the requirements for the contractor to provide a Firm Fixed Price (FFP) proposal for an Intrusion Detection System (IDS) to be implemented for the U.S. Air Force's Air Force Life Cycle Management Center. This system is aimed at enhancing security at Joint Base Andrews, aligning with the Intelligence Community Directive (ICD) 705 and ensuring interoperability with existing defense operations. The contractor is responsible for procuring equipment, conducting a site survey, and integrating the IDS within four trailers at a designated facility, while complying with several Air Force regulations. Key requirements include ensuring all equipment meets specified security standards, providing warranties, and transferring necessary software licenses upon system turnover. Moreover, the contractor is required to detail citizenship information of all employees for site access and maintain the system through two optional years post-installation. The document is structured with sections detailing purpose, background, requirements, and compliance standards, emphasizing the need for meticulous adherence to regulatory guidelines in the context of government procurement processes. This SOW serves as a vital framework for securing advanced technology solutions in support of national defense operations.
    The document outlines essential inquiries for Integrated Data Systems (IDS) related to a forthcoming project. It confirms the existence of an approved basic budget for the initiative and specifies security clearance requirements, which extend beyond U.S. citizenship to include the ability to work on Federal property. The timeline for the project's commencement is set for 45 days following the receipt of the order. This document serves as a preliminary framework for potential contractors and clarifies pivotal operational parameters, ensuring compliance and readiness as part of a federal RFP process. It encapsulates the procedural necessities pivotal for project initiation while addressing key logistical concerns.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Replacement/installation of an Intrusion Detection System (IDS) at United States Citizenship & Immigration Services Building located at 12500 Tukwila International Blvd. Tukwila, WA 98168-2505.
    Buyer not available
    The U.S. Department of Homeland Security (DHS), through the Federal Protective Service (FPS), is seeking qualified contractors for the replacement and installation of an Intrusion Detection System (IDS) at the United States Citizenship & Immigration Services Building located in Tukwila, Washington. The project requires the contractor to complete the installation in accordance with the provided Statement of Work, with a firm-fixed-price contract structure and a completion timeline of 90 calendar days following the Notice to Proceed. This procurement is a 100% small business set-aside, emphasizing the importance of security systems in safeguarding federal facilities. Interested contractors must be registered with the System for Award Management (SAM) and can direct inquiries to Contract Specialist Thomas Westlake at Thomas.Westlake@fps.dhs.gov, with RFQ documents expected to be issued around November 24, 2025.
    Base Alarm Services - Los Angles Air Force Base
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking small businesses to provide Base Alarm Services at Los Angeles Air Force Base (LAAFB). The procurement aims to establish a Firm-Fixed Price contract for maintenance and repair of the base's alarm and CCTV systems, which includes tasks such as cleaning, scheduling, and troubleshooting network issues related to the alarm systems and surveillance equipment. This service is crucial for ensuring the security and operational integrity of the base's security infrastructure. Interested parties must submit an eight-page narrative detailing their capabilities and company profile by responding to the sources sought notice, with questions due by December 15, 2025, to Lt Dorian Maynard at dorian.maynard.1@spaceforce.mil or TSgt Kenneth Sparks at kenneth.sparks.2@spaceforce.mil.
    D-21 Alarm System
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, intends to award a contract for the D-21 Alarm System upgrade and training at Travis Air Force Base (AFB) in California. This procurement is aimed at enhancing the alarm, signal, and security detection systems, with Monaco Enterprises identified as the sole source for this upgrade. The successful implementation of this system is crucial for maintaining security and operational readiness at the base. For further inquiries, interested parties can contact Jordan David Burrus at jordan.burrus@us.af.mil or William Rife at william.rife.1@us.af.mil, with phone numbers 707-424-7725 and 707-424-7753, respectively.
    Fire Alarm System Replacement, Mountain Home AFB
    Buyer not available
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for design-build services to replace the outdated fire alarm system at the Sagebrush Inn, Building 2320, located at Mountain Home Air Force Base in Idaho. The project requires the installation of a new addressable fire alarm system, including a comprehensive design, hazardous material surveys, and construction services, all in compliance with Unified Facility Criteria and relevant safety codes. This upgrade is critical to ensure the safety of the facility, which currently violates fire code requirements due to the lack of available replacement parts for the existing system. Interested contractors must submit their proposals by January 20, 2026, and can direct inquiries to primary contacts Cameron Smith and Taylor Inman via the provided email addresses. The estimated contract value ranges from $1 million to $5 million, with a performance period of 407 calendar days following the notice to proceed.
    Crossmatch Booking station
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for the procurement of a Crossmatch Booking Station, as outlined in their Justification notice. This procurement involves the installation of equipment related to office supplies and devices, which is crucial for enhancing operational efficiency within the Air Force. Interested vendors can find additional details in the attached documentation and are encouraged to reach out to Brittney Devallon at brittney.devallon@us.af.mil for further inquiries. The place of performance for this contract will be within the USA.
    Integrated Solid Waste Management and Recycling Services for JB Andrews
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for Integrated Solid Waste Management and Recycling Services at Joint Base Andrews (JBA), Brandywine, and Davidsonville Communication Sites. The contractor will be responsible for providing all personnel, equipment, and services necessary for non-hazardous solid waste collection, recycling, and disposal, adhering to all applicable laws and regulations. This procurement is a total small business set-aside under NAICS code 562111, with a contract that includes a base year and five option years, valued at approximately $2.25 million over the contract period. Interested vendors must submit their quotes via email by December 12, 2025, and direct any inquiries to Alexis Huggins at alexis.huggins@us.af.mil or Darrell Gonzalez-McFadden at darrell.gonzalezmcfadden.5@us.af.mil.
    Fair Opportunity Exception - Title II Services for Hangar 4 Construction
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking contractors for Title II services related to the construction of Hangar 4 at Joint Base Andrews in Maryland. This procurement involves the repair or alteration of fuel supply facilities, which are critical for maintaining operational readiness and safety at the base. Interested parties should refer to the attached Fair Opportunity Exception Justification document for further details. For inquiries, potential bidders can contact Anita Brown at anita.brown@us.af.mil or by phone at 301-981-1949, or Kerryn P. Loan at kerryn.loan@us.af.mil or 240-612-5652.
    F-15 SMDC Initiators
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the procurement of F-15 SMDC initiators, which are critical components for aircraft egress systems. The solicitation, identified as FA8213-26-R-3002, requires qualified sources to submit a qualification package, with evaluation based on the lowest technically acceptable price. This procurement is vital for ensuring the operational readiness and safety of military personnel, as these initiators play a crucial role in emergency egress systems. Interested parties must submit their proposals by January 2, 2026, and can direct inquiries to Abbigail Clawson at abbigail.clawson@us.af.mil or Cole Sposato at cole.sposato.1@us.af.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.
    Counter-Unmanned Aircraft Systems (C-UAS) Combined Synopsis/Solicitation
    Buyer not available
    The Department of Homeland Security (DHS) is seeking proposals for the Counter-Unmanned Aircraft Systems (C-UAS) Combined Synopsis/Solicitation, identified as RFP No. 70RDA226R00000001. This procurement aims to establish a Multiple-Award Indefinite-Delivery, Indefinite-Quantity (IDIQ) contract, with a maximum ceiling of $1.5 billion, to provide C-UAS capabilities that address the evolving threats posed by unauthorized unmanned aircraft systems. The contract is divided into two tracks: Track 1 focuses on Hardware/Software and Ancillary Services, while Track 2 encompasses Comprehensive Services, including turnkey solutions and system integration. Interested parties must submit their proposals by December 8, 2025, and can direct inquiries to Leslie Kenser at Leslie.Kenser@hq.dhs.gov or Bjorn Miller at bjorn.miller@hq.dhs.gov for further information.