Intrusion Detection System Grosslittgen Niderkail
ID: FA560625Q2016Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA5606 52 CONS DA LGCAPO, AE, 09126-3910, 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 Department of the Air Force, is seeking contractors to replace the existing Intrusion Detection System (IDS) at the Grosslittgen and Niederkail wells located near Spangdahlem Air Base in Germany. The project requires the contractor to provide all necessary labor, materials, and equipment to install a new IDS that meets VDS Class C security standards, ensuring high-level intrusion protection for critical infrastructure related to drinking water supply. Key requirements include the installation of wired systems, integration with existing SCADA systems, and adherence to both German and U.S. safety regulations. Interested parties must submit their quotes by August 28, 2025, and can direct inquiries to Lars Falco Dahinten at lars.dahinten.de@us.af.mil or Angelo Minisini at angelo.minisini@us.af.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The project titled "Intrusion Detection System Replacement" for buildings 2120, 2140, 2300, and 2016 in Grosslittgen and Niederkail is set to commence in June 2025 under the purview of the 52 CES/CEOERP. The primary objective of this initiative is to replace the existing intrusion detection systems in specified buildings located at Spangdahlem. This replacement aims to enhance security and address any deficiencies in the current system. The project involves design and planning aspects to ensure that new installations meet the latest technological standards and operational requirements. By prioritizing security improvements, this undertaking demonstrates the federal government's commitment to protecting critical infrastructure and maintaining safety within its facilities.
    The Department of the Air Force, 52d Contracting Squadron (USAFE), issued Solicitation Number FA560625Q2016, a Request for Quote (RFQ) for an Intrusion Detection System (IDS). This combined synopsis/solicitation, issued on June 4, 2025, requires contractors to provide personnel, equipment, and services for IDS installation at various locations around Spangdahlem Air Base, Germany. Responses are due by July 2, 2025, 10:00 a.m. CEST. A site visit is scheduled for June 13, 2025. Quotes must include both a Price Exhibit and a Technical Exhibit, detailing compliance with the Statement of Work. The award will be based on the Lowest Price Technically Acceptable (LPTA) selection process, evaluating price and technical capability. The NAICS code is 561621. The document also outlines various FAR and DFARS clauses, tax relief provisions for Germany, and contact information for an ombudsman and base access procedures.
    The Department of the Air Force, 52d Contracting Squadron (USAFE), issued a combined synopsis/solicitation (FA560625Q2016) for an Intrusion Detection System (IDS) replacement. This Request for Quote (RFQ) seeks a contractor to provide all necessary personnel, equipment, and services for IDS installation at specified locations around Spangdahlem Air Base, Germany, as detailed in the Statement of Work (SOW). The solicitation, issued on August 5, 2025, has a response deadline of August 21, 2025, at 1500 CEST. Quotes must include a Price Exhibit, Technical Exhibit, and Delivery Schedule. Award will be based on the Lowest Price Technically Acceptable (LPTA) method, considering price and technical capability. Key clauses include those related to telecommunications equipment prohibitions (FAR 52.204-24, FAR 52.204-25, DFARS 252.204-7017) and responsibility matters (FAR 52.209-7).
    The Department of the Air Force's 52D Contracting Squadron has issued a Request for Quote (RFQ) for an Intrusion Detection System (IDS) at Spangdahlem Air Base. Solicitation FA560625Q2016, issued on June 4, 2025, requires contractors to provide all necessary personnel, equipment, and services as delineated in the Statement of Work (SOW). A site visit is scheduled for June 13, 2025, and quotes must include a Price and Technical Exhibit. They will be evaluated based on price and technical capability, following a Lowest Price Technically Acceptable (LPTA) process. The selected vendor must meet all technical specifications, with the award going to the most responsible offer exhibiting the lowest price among technically acceptable bids. The document includes guidelines on the evaluation process, necessary representations, and clauses relevant to the acquisition. Compliance with various FAR clauses is required. The deadline for quote submission is July 2, 2025, and any inquiries must be submitted by June 18, 2025. This solicitation reflects the governmental objective of ensuring security by upgrading critical systems while promoting competitive contracting practices among eligible vendors.
    This document addresses questions regarding the replacement of an Intrusion Detection System (IDS) at the Grosslittgen and Niederkail sites. Key clarifications include confirming that the IDS will not allow wireless communication but permits bus and conventional wiring. The camera count and locations have been confirmed to be a total of four cameras: two near the entrance, one on Building 2300, and one on the potable water building facing the wellhead. Both magnetic contacts and glass break detectors are required for window monitoring. Contractors must provide as-built drawings and changes to existing panels in both hard copy and digital formats. Only licenses for new systems are required. The minimum security clearance is a Base Entry ID, and while the solicitation is open to all bidders, the installing company must have VdS certification and trained/VdS certified electronics technicians. Existing cable ducts and conduits are available for use, and existing switches and cables can be reused for the three exterior wells requiring monitoring. The IDS will connect to the local PLC, which reports to the SCADA system for alarm dispatch.
    The document, identified as Attachment 1 - SOW - Intrusion Detection System Replacement 26JUN2025_Redacted (FA560625Q2016), addresses numerous questions and provides clarifications regarding an RFP for the replacement of an intrusion detection system (IDS). Key requirements include ensuring battery backup for various locations (Niederkail Well "North" and "South," "Valve Chamber," Water Treatment Plant Grosslittgen) is sufficient for 3 hours due to emergency generators. CCTV cameras must be TAA compliant, record at 2MP/15 FPS or better, and store recordings for at least 30 days. While cameras should detect motion for video storage, this feature should not be used for IDS alarms due to wildlife. The IDS does not require a domain controller for user management. Cyber security requirements for off-base sites are under internal review and will not be discussed before contract award. The contractor will be responsible for plaster work related to the installation and removal of old systems, ensuring restoration to original condition. Digging permits typically take 2-3 days to approve. The ESS (fire alarm system) should not be touched, but programming changes will be required for the Kisters ProCos system in coordination with the government POC. The old Esser IDS system must be removed and disposed of. The anticipated installation time is 180+ days, allowing for any necessary clearing of bushes and hedges within permitted periods.
    The document pertains to a Request for Proposal (RFP) for the replacement of an Intrusion Detection System (IDS) as part of a federal initiative, identified with the solicitation reference FA560625Q2016. It outlines various inquiries from potential contractors regarding specific requirements, including plaster work, battery backup times, CCTV specifications, and cybersecurity considerations. Key confirmations sought include the extent of plaster work needed for system installation, a standard battery backup time of three hours, and compliance with the Trade Agreements Act (TAA) for camera equipment. The project requires coordination with existing systems, notably the Kisters ProCos and Esser systems, along with programming alterations for effective implementation. The anticipated overall installation timeline is approximately 180 days, allowing for site-specific considerations regarding vegetation management. The document serves as a comprehensive framework for contractors to understand the scope of work and associated responsibilities, ensuring alignment with government standards and operational security needs throughout the installation process.
    This government Statement of Work (SOW) outlines the requirements for replacing existing intrusion detection systems at Grosslittgen and Niederkail wells, and the water treatment plant at Grosslittgen, all located near Spangdahlem Air Base. The project involves installing new intrusion alarm systems, detectors, contacts, and cameras, all connected via wired bus technology (no wireless). These facilities are critical infrastructure for drinking water supply. The new systems must meet VDS Class C security standards, providing high-level intrusion protection. The contractor is responsible for all labor, materials, equipment, and necessary services, including the removal and disposal of old systems, installation of new wiring and components, and integration with existing SCADA systems. Special conditions include adherence to German and US safety regulations, strict work hours, security clearances, and proper disposal of waste materials. The entire alarm system must be from a single manufacturer, ensuring a coherent and coordinated system.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Repair, Install and Replace Ceilings, Walls and Doors within Buildings, USAG Bavaria, Grafenwoehr Military Community (W912PB26BA002)
    Dept Of Defense
    The Department of Defense, through the Department of the Army, is soliciting bids for the repair, installation, and replacement of ceilings, walls, and doors within buildings at the USAG Bavaria, Grafenwoehr Military Community, under solicitation number W912PB26BA002. This project encompasses a range of construction activities, including the installation of electronic locking systems, and requires compliance with both German and U.S. regulations, emphasizing safety, quality control, and environmental protection. The contract, valued at a maximum of €10,000,000.00, will be awarded to the lowest responsible bidder, with bids due by January 15, 2026, at 14:00 local time. Interested contractors should direct inquiries to Regina Rueckschloss at regina.rueckschloss.ln@army.mil or call 09641-70-526-8702 for further details.
    Maintenance and Repair of Fire Control Center Systems - USAG Ansbach
    Dept Of Defense
    The Department of Defense, through the Regional Contracting Office - Bavaria, is preparing to solicit bids for the maintenance and repair of Fire Control Center systems at USAG Ansbach, located in Bavaria, Germany. This procurement will involve a Requirements Type Contract that includes Firm Fixed Price (FFP), Time and Material (T&M), and Labor Hour (LH) Contract Line Item Numbers (CLINs), with the evaluation based on low price technically acceptable factors. The services are critical for ensuring the operational readiness and reliability of fire control systems, and the solicitation is expected to be posted on the sam.gov website in December 2024. Interested contractors must be registered in the System for Award Management (SAM) and are encouraged to monitor the website for updates, as all documentation will be available online and no paper copies will be distributed. For further inquiries, potential bidders can contact Kimberly Marra at kimberly.l.marra.civ@army.mil or by phone at 314-526-8706.
    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.
    Homeland Security, Department Of
    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 perform the installation in accordance with the Statement of Work, which includes specific equipment requirements such as alarm control panels, glass break sensors, and software support, with a firm-fixed-price contract structure. This procurement is a 100% small business set-aside, emphasizing the importance of security systems in safeguarding government facilities. Interested contractors must register with the System for Award Management (SAM) and are encouraged to direct inquiries to Contract Specialist Thomas Westlake at Thomas.Westlake@fps.dhs.gov. The Request for Quotation (RFQ) documents are expected to be issued around November 24, 2025, with a performance period of 90 calendar days following the Notice to Proceed.
    ACTIVE VEHICLE BARRIER (AVB) AND GUARD BOOTH MAINTENANCE SERVICES
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE) Huntsville Center, is seeking qualified firms to provide preventive and corrective maintenance services for Active Vehicle Barrier (AVB) systems, Guard Booths, and associated Access Control Point (ACP) equipment across various locations in Europe, including Germany, Belgium, the Netherlands, Romania, and Bulgaria. The procurement aims to ensure the operational readiness and reliability of critical security infrastructure at military installations. Interested firms are encouraged to contact Jordan Millsap at jordan.millsap@usace.army.mil or by phone at 256-895-1582 for further details regarding this sources sought notice, which is part of ongoing market research to identify capable service providers.
    FY26 HESSEN BAVARIA DB SATOC
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking contractors for the FY26 HESSEN BAVARIA DB SATOC project, which involves a firm fixed price, indefinite delivery/indefinite quantity contract for design-build construction. The primary objectives include facility repair, renovation, conversion, alteration, additions, and the procurement/installation of minor construction projects within the states of Bavaria and Hessen in Germany. This contract is crucial for maintaining and enhancing military infrastructure, ensuring that facilities meet operational needs. Interested parties can reach out to Melodie Clare at melodie.e.clare@usace.army.mil or Ryan Fernandez at RyanDale.R.Fernandez@usace.army.mil for further details regarding the solicitation process.
    Education & Training Office Technology Support
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for Education & Training Office Technology Support at Spangdahlem Air Base, Germany. This procurement seeks non-personal services to provide computer technology support for 60 computers utilized in U.S. Air Force voluntary off-duty education programs, which are critical for testing Service members for promotion exams and mandatory upgrade training. Interested contractors must demonstrate at least five years of relevant IT support experience and comply with various federal acquisition regulations, with responses due by January 5, 2026, at 1600 CEST. For further inquiries, interested parties can contact Philip T. at Philip.Miu.1@us.af.mil or Angie Pequeno at angelica.pequeno.1@us.af.mil.
    IDS C2 Basic Support Plan
    Dept Of Defense
    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.
    D-21 Alarm System
    Dept Of Defense
    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.
    Grounds Maintenance USAG Ansbach
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army, is seeking qualified contractors to provide grounds maintenance services for the U.S. Army Garrison (USAG) Ansbach in Bavaria, Germany. The procurement involves a Firm-Fixed Price (FFP) contract with a base period starting on April 1, 2026, and includes three optional one-year extensions, covering a total of approximately 2,216 acres across multiple kasernes. This contract is crucial for maintaining the aesthetic and functional quality of military grounds, ensuring compliance with both U.S. and German regulations. Interested parties should contact Kimberly Marra at kimberly.l.marra.civ@army.mil for further details, and note that a site visit is scheduled for December 10, 2025, with registration required by December 8, 2025.
    Fire Alarm System Replacement, Mountain Home AFB
    Dept Of Defense
    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.