IDS/ACS System
ID: RFI_21OCT25_IDSACSType: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA3016 502 CONS CLJBSA LACKLAND, TX, 78236-5286, USA

NAICS

Security Systems Services (except Locksmiths) (561621)

PSC

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

Set Aside

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

    The Department of Defense, specifically the Department of the Air Force, is conducting market research to identify potential contractors for the provision, installation, and upgrade of an Intrusion Detection System (IDS) and Access Control System (ACS) at Joint Base San Antonio (JBSA) Lackland, Texas. The project involves comprehensive upgrades across Buildings 2000, 2001, and 2007, requiring contractors to supply all necessary equipment, components, and labor while adhering to stringent compliance standards set by the Intelligence Community and Department of Defense. Interested small businesses must submit their company name, CAGE code, UEI, and socio-economic status to Jaison Saavedra via email by October 31, 2025, at 4:00 PM CST to be considered for this Total Small Business Set-Aside opportunity.

    Point(s) of Contact
    Files
    Title
    Posted
    The Department of the Air Force, 502D Air Base Wing, requires a comprehensive upgrade and installation of an Intrusion Detection System (IDS) and Access Control System (ACS) for HQ 16 AF (Air Forces Cyber) across Buildings 2000, 2001, and 2007 at JBSA-Lackland, TX. The project mandates the contractor to supply all equipment, components, and labor, ensuring compliance with IC Tech Spec for ICD/ICS 705, DoD, AF, and Intelligence Community standards. The new system must integrate with the 802 Security Forces Squadron's Base Defense Operations Center for monitoring and dispatch, utilizing the existing Vindicator IDS/ACS platform. Key requirements include new, non-refurbished, non-wireless equipment on the Non-nuclear Configuration Management Database Equipment Approval list, UL 2050 compliant components, upgraded alarm sensors, new Premise Control Units, an enhanced Access Control System with badge-in/PIN capability, a new Badge Manager System, and upgrades to existing System Archive Workstation, SQL database server, and Vindicator Command and Control computers. Network switches must be upgraded to DISA-approved 48-port Cisco switches, and all primary and secondary entrance doors will be configured with forced door alarms. The contractor must provide a minimum one-year warranty on installation services and workmanship, along with 365 days of on-site warranty and services. All changes must minimize impact on BDOC visibility and facility security, with local building security officer approval. System diagrams are required, and the upgrade is specifically for the three designated buildings, with other supported buildings remaining unchanged for future upgrades.
    The PDF file is protected and cannot be viewed with the current reader. To access the content, a compatible PDF reader that supports Microsoft Office protections must be downloaded.
    This document, Version 1.5.1 of the “Technical Specifications for Construction and Management of Sensitive Compartmented Information Facilities (SCIFs),” issued by the National Counterintelligence and Security Center on July 26, 2021, outlines updated physical and technical security standards for SCIFs. It modifies Chapter 13 of the previous version, focusing on “Second Party Integree and Second Party Liaison Spaces within U.S. Sensitive Compartmented Information Facilities.” The specifications aim to ensure uniform and reciprocal use across Intelligence Community (IC) elements, protect Sensitive Compartmented Information (SCI) from unauthorized disclosure, and detect unauthorized entry. Key areas covered include risk management, fixed facility SCIF construction criteria (walls, floors, ceilings, doors, windows, penetrations), requirements for SCIFs outside the U.S., and details on Intrusion Detection Systems (IDS) and Access Control Systems (ACS). The document also defines different Compartmented Area (CA) types, Secure Working Areas (SWAs), and Temporary Secure Working Areas (TSWAs), along with personnel responsibilities and construction security measures. The updates reflect an ongoing effort to adapt to evolving security challenges and enhance protection of SCI.
    The Department of the Air Force's Air Force Life Cycle Management Center (AFLCMC) at Hanscom Air Force Base released an updated memorandum on April 29, 2024, detailing approved equipment lists for Non-Nuclear Configuration Management Database (CMD) applications, specifically for PL-1 through PL-4. Attachment 1 covers equipment sanctioned for new procurements, installations, and upgrades, recommending updates to the latest software and firmware versions. Attachment 2 lists previously approved equipment still valid for existing installations and sustainment but not for new procurements. All listed equipment complies with TAA/BAA/NDAA requirements, with a reminder for installation agents to verify the place of origin. A separate list exists for PL-1 Nuclear applications. The document details various Command, Control, and Display Equipment (CCDE), Video Management Systems (VMS), Cameras/Imagers (Assessment and Pan-Tilt-Zoom), and Intrusion Detection Sensors (Interior and Exterior) from multiple manufacturers like Prometheus Security Group, LenelS2, Honeywell Vindicator, Milestone, Axis, Bosch, and Pelco. Contact Lt. Morgan Huang for inquiries.
    Lifecycle
    Title
    Type
    IDS/ACS System
    Currently viewing
    Sources Sought
    Similar Opportunities
    NAF Laundry Service JBSA Lackland and Randolph
    Buyer not available
    The Department of Defense, through the Department of the Air Force, is seeking a contractor to provide laundry and dry-cleaning services for Joint Base San Antonio (JBSA), specifically at JBSA-Lackland and JBSA-Randolph. The contractor will be responsible for furnishing all necessary personnel, equipment, transportation, tools, materials, and supervision to perform these services in accordance with commercial industry practices, as outlined in the Performance Work Statement (PWS). This non-personal service contract is vital for maintaining the operational readiness and hygiene standards of the facilities at JBSA. Interested parties can contact Daniel Schmitt at daniel.schmitt.5@us.af.mil or 210-671-1748, or Joseph Gyakari at joseph.gyakari@us.af.mil or 210-671-1705 for further details.
    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.
    CTX Waco Bldg. 8 Access Control Service
    Buyer not available
    The Department of Veterans Affairs is seeking qualified contractors for the installation of an access control system at the Dorris Miller VA Medical Center, specifically in Building 8 located in Waco, Texas. The project involves integrating an access control system into the existing CCURE 9000 platform for eight doors, requiring the contractor to supply and install electrified door hardware, modify electric strikes, and run network drops to an adjacent OIT closet, all to be completed within a 60-day timeframe. This procurement is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and emphasizes compliance with federal, state, and local regulations, with a response deadline of December 15, 2025, at 4:00 PM Central Time. Interested parties can reach out to Taminie Panich at taminie.panich@va.gov for further information.
    DoD BUS CARRIER APPROVAL By DTMO
    Buyer not available
    The Department of Defense, through the Defense Travel Management Office (DTMO), is announcing a special notice regarding the upcoming solicitation for bus and van services at Joint Base San Antonio (JBSA), anticipated to be released around January 2026. The 502d Contracting Squadron is seeking contractors to provide non-personal transportation services that support the operational needs of JBSA Lackland and Fort Sam Houston, including contingency transportation, while ensuring compliance with government scheduling and cleanliness standards. To be eligible for this contract, potential offerors must be Approved DoD Bus Carriers by the DTMO at the time of proposal submission and must hold the necessary Texas licenses and Class B commercial driver's licenses with passenger endorsements. Interested parties should reach out to Barbara A. Jewett at barbara.jewett.1@us.af.mil or 210-652-5454, or Ericka L. McGlone at ericka.mcglone@us.af.mil or 210-652-8586 for further inquiries, noting that this notice is not a solicitation for proposals at this time.
    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.
    B6413 BUILDING RENOVATION SECURE SPACE
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking contractors for the renovation of secure space at Barksdale Air Force Base in Louisiana. This project falls under the NAICS code 236220, which pertains to Commercial and Institutional Building Construction, and involves the repair or alteration of airfield structures. The opportunity is set aside for 8(a) sole source contractors, emphasizing the importance of specialized services in maintaining secure military facilities. Interested parties can obtain further details by logging into the Procurement Integrated Enterprise Environment (PIEE) at https://piee.eb.mil and searching for solicitation number W9126G26RA026. For inquiries, contact Bijay Gurung at bijay.gurung@usace.army.mil or call 817-886-1018, or reach out to Lindsay M. Chvilicek at Lindsay.M.Chvilicek@usace.army.mil or 817-408-5319.
    Defensive Cyber Operations (DCO) Hunt & Clear (HAC) 1.5
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking a contractor to provide support for Defensive Cyber Operations (DCO) through the Hunt & Clear (HAC) 1.5 initiative. This contract action is a direct award under the GSA OASIS IDIQ and aims to assist the 33rd Cyber Operations Squadron in executing its mission related to Air Force Defensive Cyberspace Operations, which is critical for supporting unified commands and their combatant commanders. The performance will take place at Joint Base San Antonio (JBSA) Lackland in Texas, and interested parties can reach out to Tara N. White at tara.white.8@us.af.mil or Kaela Bean at kaela.bean@us.af.mil for further inquiries. The contract details and funding specifics are outlined in the associated documentation.
    B1654 Command Post Console Move
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking contractors for the B1654 Command Post Console Move project, which involves the relocation and reinstallation of integrated control system equipment for the 301st Command Post at a newly renovated facility. This project aims to enhance communication capabilities essential for responding to national crises and improving operational training through the Unify System, which provides a user-friendly interface for duty controllers. The requirement continues the efforts previously undertaken by MCS of Tampa, Inc., who disassembled and relocated the communication equipment, and interested parties can reach out to Todd Benner at todd.benner@us.af.mil or Jerry E. McTyre at jerry.mctyre.2@us.af.mil for further details.
    IDS C2 Basic Support Plan
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking to procure the IDS C2 Basic Support Plan software through a sole source order. This procurement is aimed at acquiring essential IT management tools and products, which are critical for the effective operation and management of defense-related IT systems. The awarded contract will be executed in Ohio, with further details available in the attached redacted Justification and Approval (J&A) document. Interested parties can reach out to Travis Hoefler at travis.hoefler@us.af.mil or Richard T. Saltsman at richard.saltsman@us.af.mil for additional information regarding this opportunity.
    Radar Data Distribution System (RDDS)
    Buyer not available
    The Department of Defense, through the Air Combat Command Acquisition Management Integration Center, is seeking industry input for the modernization of the Radar Data Distribution System (RDDS) at the Joint Interagency Task Force South (JIATF-S) headquarters in Key West, Florida. The objective is to upgrade the existing RDDS infrastructure to accommodate new data formats, increased data volumes, and evolving security requirements while ensuring high reliability and operational availability. This procurement is critical for enhancing the capabilities of radar and sensor data management and distribution, which supports various stakeholders, including government agencies and partner nations. Interested parties, particularly small businesses, are encouraged to submit a capabilities package by December 17, 2025, to the designated contacts, Aurelio Medina and Chase Gordon, with an estimated award date in May 2026 and a solicitation release anticipated in March 2026.