Fort Riley Intrusion Detection System (IDS) Maintenance and Monitoring
ID: W911RX-25-Q-0023Type: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW6QM MICC-FT RILEYFORT RILEY, KS, 66442-0248, 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 Mission and Installation Contracting Command at Fort Riley, Kansas, is seeking qualified vendors to provide maintenance and monitoring services for its Intrusion Detection Systems (IDS). The contractor will be responsible for managing and maintaining up to 385 zones, which include critical facilities such as headquarters buildings, ammunition bunkers, and Sensitive Compartmental Information Facilities (SCIF). This procurement is vital for ensuring the operational integrity and security of the Army's facilities, utilizing a proprietary system that requires certified personnel for installation and maintenance. Interested small businesses must submit tailored capability statements by the specified deadline to the Contract Specialist, Vernard Ross, at vernard.d.ross.civ@army.mil, with the anticipated contract type being Firm Fixed Price for a five-year period starting December 1, 2025.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines the Maintenance of the Intrusion Detection System (IDS) at Fort Riley, Kansas, detailing the requirements for contractors selected to ensure the operational integrity of the security system covering up to 385 zones. Responsibilities include installation, maintenance, alarm monitoring, and personnel management while abiding by strict security protocols and adhering to the Service Contract Act and Davis-Bacon Act for labor costs. Contractors must provide skilled personnel who comply with security clearances and relevant certifications and establish effective project management procedures, emphasizing a dedicated Project Manager/System Administrator's role. The document also specifies guidelines for quality control, providing an effective Quality Control Plan to assess service performance metrics and ensure compliance with contract standards. Emphasizing the importance of security, the contractor must comply with access protocols and maintain confidentiality regarding classified information and sensitive infrastructure. The contractor's success hinges on effective communication and coordination with government officials throughout the contract duration. The document serves as a comprehensive framework for bidders on the requirements for maintaining and managing the IDS at Fort Riley, illustrating the government's commitment to safeguarding its facilities against unauthorized intrusion.
    The Fort Riley Mission and Installation Contracting Command is issuing a Sources Sought Notice to identify small business vendors capable of providing maintenance and monitoring for Intrusion Detection Systems (IDS). This notice aims to conduct market research for possible set-aside opportunities for small businesses, contingent on receiving sufficient responses. The Government is interested in vendors that can meet specific service requirements and is currently utilizing 368 zones within its facilities. Interested organizations are asked to submit a tailored capability statement, detailing their resources and qualifications, as the information gathered will inform procurement decisions. Eligibility is outlined with an NAICS code of 561621 and a small business size standard of $25 million in annual revenue. The anticipated contract type is Firm Fixed Price for a five-year period beginning December 1, 2025. Interested parties are advised that this announcement does not constitute a Request for Proposal (RFP) and responses are voluntary. Only those businesses with proper certifications to maintain the specific proprietary intrusion detection systems may apply. The aim is to enhance competition and identify capable vendors without committing the Government financially, emphasizing the importance of adherence to guidelines in facilitating future RFPs or bid invitations.
    Lifecycle
    Similar Opportunities
    Fort Meade, MD INTEGRATED COMMERCIAL INSTRUSION DETECTION SYSTEM (ICIDS) MAINTENANCE CONTRACT
    Buyer not available
    The Department of Defense, through the U.S. Army Contracting Command, is soliciting proposals for the Integrated Commercial Intrusion Detection System (ICIDS) Maintenance Contract at Fort Meade, Maryland. This contract encompasses maintenance and cybersecurity services for Intrusion Detection and Automated Entry Control Systems, requiring contractors to perform inspections, routine testing, emergency repairs, and software updates over a 12-month period, with options for renewal. The initiative underscores the importance of maintaining robust security systems and engaging small businesses, particularly those that are service-disabled veteran-owned or women-owned, in fulfilling these critical services. Interested parties must submit their proposals by 12:00 PM on March 4, 2025, and can direct inquiries to Heidi Boyer at heidi.k.boyer.civ@army.mil or Jodi Woods at jodi.e.woods.civ@army.mil.
    Intrusion Detection System (IDS) - Install
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is planning to issue a sole source purchase order for the installation of an Intrusion Detection System (IDS) at a secured area entryway in Martinsburg, West Virginia. The procurement is intended to enhance security measures and is authorized under FAR 13.106-1(b), following Simplified Acquisition Procedures as outlined in FAR Part 13. The government intends to proceed with the order to Advantor Systems Corporation unless compelling evidence for competitive sourcing is provided by interested parties. For inquiries, interested vendors can contact SMSgt Christopher Broschart at christopher.broschart@us.af.mil or 304-616-5231, or Ryan E. Belfield at ryan.belfield@us.af.mil or 304-616-5412.
    7 SFS Vindicator
    Buyer not available
    The Department of Defense, through the 7th Contracting Squadron at Dyess Air Force Base, Texas, is soliciting proposals for the installation of a Honeywell Vindicator Intrusion Detection System at the Armory (Building 7232). The procurement encompasses the installation, configuration, and maintenance of an Electronic Security System, which is critical for ensuring compliance with military standards for arms and munitions storage. This initiative reflects the government's ongoing commitment to enhancing security infrastructure, particularly through the use of proprietary technology that has been historically utilized at the base. Interested vendors must submit their quotes by February 20, 2025, and direct any inquiries to Tyrie Tanaka at tyrie.tanaka@us.af.mil or TSgt Trevor Finch at trevor.finch.1@us.af.mil, with a focus on adhering to the outlined Statement of Work and federal acquisition regulations.
    DES Electronic Security Systems/ICIDS Maintenance
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking qualified contractors to provide maintenance and emergency repair services for Electronic Security Systems (ESS) at Carlisle Barracks, Pennsylvania. The procurement includes semi-annual preventive maintenance, corrective repairs, and emergency response services for Intrusion Detection Systems (IDS) and related components, ensuring compliance with manufacturer guidelines and effective system operation. This contract is crucial for maintaining secure facilities and upholding stringent security protocols. Interested small businesses must submit their quotes by March 17, 2025, and are encouraged to attend a site visit on March 6, 2025. For further inquiries, contact Christine Cairo at christine.a.cairo.civ@army.mil or William Byrne at william.a.byrne.civ@army.mil.
    Purchase/Install Intrusion Detection System (IDS)
    Buyer not available
    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.
    Bldg 300 Security Monitoring and Maintenance
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified vendors to provide security monitoring and maintenance services for Building 300 at Langley Air Force Base in Hampton, Virginia. The procurement requires vendors to deliver 24/7 security services, including monitoring of an Intruder Detection System (IDS) and access control systems (ACS), while ensuring compliance with government regulations and maintaining UL2050 certified doors. This contract is critical for maintaining the security and safety of government operations, with a contract duration of one base year and four optional extension years. Interested vendors must submit their quotes by 1:00 PM EST on February 14, 2025, and can direct inquiries to Emoni Bright at emoni.bright@us.af.mil or 757-764-4766.
    Electronic Security System Maintenance Support Services
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA), is seeking qualified contractors to provide Electronic Security System Maintenance Support Services at DLA Distribution Red River in Texas. The procurement aims to ensure the effective maintenance and operational efficiency of critical security systems, including installation, upgrades, and cybersecurity compliance for systems such as Lenel Access Control and Bosch CCTV. This initiative is vital for maintaining high security standards and operational integrity within government logistics facilities. Interested parties should contact Deborah Johnson at Deborah.L.Johnson@dla.mil or call 717-770-8774 for further details, with the contract structured as a Firm-Fixed-Price for a four-year maintenance period starting April 5, 2025, and a total ceiling price of $20,000 for each option year.
    FY25 Conexus Follow On
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking qualified contractors for the FY25 Conexus Follow On project, which involves maintenance services for the Plexus Vision system at Irwin Army Community Hospital in Fort Riley, Kansas. The contract requires contractors to provide personnel, equipment, and tools for system upkeep, including preventative maintenance, inspection, and 24/7 help desk support, all while ensuring compliance with cybersecurity regulations. This firm-fixed-price contract emphasizes the importance of operational reliability and security within a military healthcare environment, with a base year and four option years for continued support. Interested parties should contact Leah Sauceda-Jeppe at leah.c.sauceda-jeppe.civ@army.mil or 785-239-6378 for further details.
    Grounds Maintenance Services at KS104 Dodge City, KS
    Buyer not available
    The Department of Defense, specifically the U.S. Army, is seeking qualified contractors to provide grounds maintenance services at the Army Reserve facility KS104 in Dodge City, Kansas. The contract, valued at approximately $9.5 million, encompasses a range of services including lawn maintenance, weed control, and seasonal clean-up, with a performance period from April 1, 2025, to March 31, 2026, and options for four one-year renewals. This procurement is crucial for maintaining the aesthetics and functionality of government properties, ensuring compliance with federal regulations and standards. Interested parties should contact Michael Maggio at michael.a.maggio3.civ@army.mil for further details and to participate in the bidding process.
    General Pest Control, Ft Riley, KS
    Buyer not available
    The Department of Defense, through the Mission and Installation Contracting Command at Fort Riley, Kansas, is seeking proposals from qualified small businesses for General Pest Control services. The contract, structured as an Indefinite Delivery-Requirements type, will cover a base period of one year starting April 21, 2025, with four optional years, focusing on implementing Integrated Pest Management (IPM) practices to ensure military readiness and personnel well-being. This procurement is critical for maintaining safe and pest-free environments across various military facilities, including non-family housing areas. Interested contractors must submit their proposals by February 22, 2025, and can direct inquiries to Patricia Barth at patricia.j.barth3.civ@army.mil.