Purchase/Install Intrusion Detection System (IDS) - Richmond, VA
ID: 70RFP325QE3000020Type: Combined Synopsis/Solicitation
Overview

Buyer

HOMELAND SECURITY, DEPARTMENT OFOFFICE OF PROCUREMENT OPERATIONSFPS EAST CCG DIV 3 ACQ DIVPHILADELPHIA, PA, 19106, USA

NAICS

Security Systems Services (except Locksmiths) (561621)

PSC

INSTALLATION OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS (N063)

Set Aside

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

    The Department of Homeland Security (DHS), through the Federal Protective Service (FPS), is seeking quotes for the purchase and installation of a new Intrusion Detection System (IDS) at the Lewis F. Powell United States Courthouse/Annex in Richmond, Virginia. The project involves removing the existing IDS and installing a new system that includes components such as an alarm control panel, alarm keypads, and wireless transmitters, aimed at enhancing security for federal facilities. This procurement is critical for maintaining robust security measures in compliance with federal standards, ensuring the safety of government properties. Interested vendors must submit their quotes by May 30, 2025, at 4:00 PM EDT, and are encouraged to attend a site visit on April 29, 2025, to better understand the project requirements. For further inquiries, contact James Austin at james.austin@associates.hq.dhs.gov or Marcus Mason at marcus.l.mason@fps.dhs.gov.

    Files
    Title
    Posted
    The document outlines an amendment to a solicitation from the U.S. Department of Homeland Security (DHS) pertaining to the installation of a new Intrusion Detection System (IDS). This amendment extends the proposal due date to May 30, 2025, at 4:00 PM EST, due to the government's need to review and respond to questions received regarding the Request for Quotation (RFQ). It specifies how contractors must acknowledge receipt of the amendment and outlines that any changes to previously submitted offers must be communicated in writing. The amendment reaffirms that all other terms and conditions remain unchanged. This document reflects standard procedures in government procurement processes and emphasizes the importance of proper documentation and timelines in federal contracting. Overall, it serves to ensure that contractors are informed and comply with deadlines and requirements surrounding the solicitation.
    The document serves as an amendment to a solicitation by the U.S. Department of Homeland Security, specifically regarding the purchase and installation of a new Intrusion Detection System (IDS). This amendment modifies the existing solicitation by providing responses to questions received and revising specific pages of the initial Request for Proposal (RFP). It indicates that offers must acknowledge this amendment prior to the specified deadline, and any changes to offers must be communicated in writing. The amendment also includes critical updates to the Special Provisions and Statement of Work (SOW), with revisions clearly marked. The submission deadline is set for May 30, 2025, at 4:00 PM EST, with a performance period from August 1, 2025, to October 1, 2025. All previous terms and conditions remain in effect unless altered by this amendment, emphasizing the importance of compliance in government contracting processes.
    The Department of Homeland Security (DHS), through the Federal Protective Service (FPS), requests quotes for the installation of a new Intrusion Detection System (IDS) at the Lewis F. Powell United States Courthouse/Annex in Richmond, VA. This initiative includes removing outdated IDS equipment and replacing it with advanced systems to enhance security for federal facilities. A pre-proposal conference and site visit are scheduled for April 29, 2025, before quotes submissions due by May 16, 2025. Bidders must provide pricing that encompasses labor, materials, and all required specifications, ensuring compliance with established regulations, including H.R. 5515, which prohibits specific telecommunications equipment from certain foreign companies. The project aims for completion between June 1, 2025, and August 1, 2025, ensuring a robust security infrastructure as mandated by federal standards, pertinent for safeguarding federal properties against various threats. Contractors are expected to maintain thorough documentation and compliance pertaining to the installation and ongoing maintenance specifications outlined in the statement of work.
    The document is marked as "Sensitive but Unclassified" and reiterates the importance of proper handling and disposal of government materials. It emphasizes that these documents are the property of the U.S. government and for official use only, urging that they not be removed and must be properly destroyed or returned once no longer needed. While the file does not contain specific details about federal or state local RFPs or grants, it reinforces protocols related to the confidentiality and security of government documents. The context implies that adherence to these protocols is critical in the management and processing of governmental contracts and proposals, which are fundamental to public sector operations.
    The document outlines the wage determination under the Service Contract Act (SCA) by the U.S. Department of Labor for contracts in certain Virginia counties. Key points include the minimum wage requirements based on Executive Orders 14026 and 13658, with applicable rates of at least $17.75 per hour for contracts awarded after January 30, 2022, and $13.30 per hour for contracts awarded between January 1, 2015, and January 29, 2022. The document provides detailed wage rates for various occupations from administrative roles to technical positions and lists fringe benefits, such as health and welfare compensation of $5.36 per hour. Additional information on paid sick leave under Executive Order 13706 is also highlighted. The purpose of this wage determination is to ensure that federal contractors comply with minimum wage standards and provide fair labor practices, particularly when engaging in contracts with the federal government. This framework is crucial for RFPs and grants, as it sets guidelines for contractor obligations regarding worker compensation and benefits, aligning with federal labor policies. The document emphasizes the importance of adhering to these standards to promote fair and equitable employment in government-funded projects.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Replacement/installation of a Video Surveillance System (VSS) at the United States Citizenship & Immigration Services Building located at 12500 Tukwila International Blvd. Tukwila, WA 98168-2505
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the Federal Protective Service, is seeking a contractor for the replacement and installation of a Video Surveillance System (VSS) at the United States Citizenship & Immigration Services Building located in Tukwila, Washington. The project requires the contractor to adhere to a detailed Statement of Work, which includes the installation of 13 cameras, the use of existing rack space, and compliance with specific contractor certifications. This procurement is a 100% small business set-aside, with a firm-fixed price contract expected to be awarded based on a best value selection process. Interested parties must register with the System for Award Management (SAM) and submit any questions to Contract Specialist Thomas Westlake by email. The Request for Quotation (RFQ) documents are anticipated to be issued around November 24, 2025, with a performance period of 90 calendar days following the Notice to Proceed.
    Faraday Rooms
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the United States Secret Service (USSS), is conducting market research for the installation of modular Faraday Rooms at its Washington, DC Field Office and potentially at 41 other field offices across the continental United States. The procurement seeks scalable EMI modular hard panel enclosures with specific features such as ESD flooring, LED lighting, advanced ventilation systems, and fire suppression capabilities, along with stringent shielding requirements for electromagnetic interference. This initiative is crucial for enhancing cybersecurity measures within the USSS, ensuring secure environments for sensitive operations. Interested vendors should submit their responses by December 23, 2025, at 12:00 PM Eastern Time, and can direct inquiries to primary contact LorieAnne Kliewer at lorie.kliewer@usss.dhs.gov or secondary contact Matthew Sutton at matthew.sutton@usss.dhs.gov.
    Perimeter Security Assets
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Secret Service, is seeking proposals from small business concerns for multiple firm-fixed-price indefinite-delivery, indefinite-quantity (IDIQ) contracts focused on acquiring perimeter security assets. The procurement aims to provide temporary security solutions, technical consultation, and coordination for National Special Security Events (NSSEs) across the United States, including the management of various assets such as vehicle barriers, fencing, tents, and generators. Proposals will be evaluated based on management and technical approaches, past performance, and pricing, with an emphasis on non-price factors. Interested parties must submit their proposals by 11:00 AM EST on January 19, 2026, and may direct inquiries to Melissa Chabot at melissa.chabot@usss.dhs.gov or Katheryn Dennis at katheryn.dennis@usss.dhs.gov.
    70Z03026QCLEV0004 - U.S. Coast Guard Station Chicago CCTV System Project
    Homeland Security, Department Of
    The Department of Homeland Security, through the U.S. Coast Guard, is soliciting proposals for the installation of a high-definition CCTV system at Station Chicago, Illinois, under solicitation number 70Z03026QCLEV0004. The project requires contractors to provide all necessary labor, materials, equipment, and supervision to implement a comprehensive security solution, including features such as license plate recognition, facial identification, and 24/7 technical support, in compliance with DHS directives. This procurement is particularly significant as it aims to enhance security measures at the facility, with an estimated contract value between $25,000 and $100,000. Interested small businesses, especially Women-Owned and Economically Disadvantaged Women-Owned Small Businesses, must submit their quotes by December 15, 2025, and can contact George A. Bermeo at GEORGE.A.BERMEO@USCG.MIL or 571-610-3240 for further information.
    Security System Service - LRGV
    International Boundary And Water Commission: Us-mexico
    The International Boundary and Water Commission (IBWC) is seeking qualified small businesses to provide security system maintenance, repair, and upgrade services for its facilities in the Lower Rio Grande Valley, specifically at the Mercedes Field Office, Anzalduas Dam, and Retamal Dam in Texas. The contractor will be responsible for maintaining and upgrading security systems, including Physical Access Control Systems (PACS), CCTV, and Intrusion Detection Systems (IDS), while ensuring compliance with annual inspections and on-call repairs. This procurement is critical for enhancing the security infrastructure at these key locations, with a contract duration of one base year and four optional one-year extensions, contingent upon performance. Interested parties must submit their quotes by January 5, 2026, and are encouraged to attend a site visit on December 17, 2025; for further inquiries, contact Seone Michael Jones at seone.jones@ibwc.gov.
    63--NPS - Fire & Intrusion Monitoring Services, George
    Interior, Department Of The
    The Department of the Interior, through the National Park Service (NPS), is seeking qualified small businesses to provide fire alarm (FA) and intrusion detection (ID) system maintenance services for the George Washington Memorial Parkway. The procurement aims to ensure that existing FA and ID systems are maintained in optimal condition, free from errors or malfunctions, and includes responsibilities such as rectifying deficiencies and providing 24-hour monitoring. This contract, set aside entirely for small businesses, will span a one-year base period with four additional one-year option periods, totaling five years, and will require NICET Level II certified technicians for FA systems and state-licensed technicians for ID systems. Interested parties must submit their quotes by December 12, 2025, and can direct inquiries to Robert Staats at robertstaats@ibc.doi.gov or by phone at 208-207-7391.
    J063, Panic and Intrusion Alarm Replacement and Monitoring, Various Clinics - Portland Veterans Affairs Healthcare System, Dept of Veterans Affairs
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors to provide panic and intrusion alarm replacement and monitoring services for various clinics within the Portland Veterans Affairs Healthcare System. The procurement involves the removal, installation, and testing of new security components, including keypads, panels, motion sensors, and wireless panic alarms, across six specified locations in Oregon, with a requirement for 24/7 alarm monitoring and rapid response to repair requests. This initiative is critical for enhancing the security infrastructure of VA facilities, ensuring the safety of veterans and staff. Interested parties must respond to the Sources Sought Notice by emailing Danielle Carrico at danielle.carrico@va.gov no later than September 26, 2025, at 5 PM PT, providing necessary company information and capability statements.
    Armed Protective Security Officer Services at Customs and Border Protection Locations throughout Puerto Rico for Federal Protective Service
    Homeland Security, Department Of
    The Department of Homeland Security (DHS), through the Federal Protective Service (FPS), is soliciting proposals for Armed Protective Security Officer (PSO) services at Customs and Border Protection (CBP) facilities throughout Puerto Rico. The contract will be awarded as an Indefinite Delivery/Indefinite Quantity (IDIQ) with fixed hourly rates, covering an estimated 750,000 service hours over a five-year period, from May 1, 2026, to April 30, 2031. This opportunity is set aside for 8(a) small businesses, emphasizing the importance of security services in safeguarding federal facilities. Interested parties must submit proposals by January 6, 2026, and are required to register with the System for Award Management (SAM) to be eligible for contract award. For further inquiries, contact Kimberly Skiotys at kimberly.skiotys@fps.dhs.gov or by phone at 267-717-9993.
    Request for Information - Cyber Defense and Intelligence Support Services (CDISS)
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Immigration and Customs Enforcement (ICE), is seeking information through a Request for Information (RFI) regarding Cyber Defense and Intelligence Support Services (CDISS). The objective of this RFI is to gather insights to refine the acquisition strategy, assess potential contract vehicles, and solicit feedback on the draft Statement of Work (SOW) related to enhancing ICE's cybersecurity capabilities, including 24/7 monitoring, incident response, and compliance with federal regulations. This initiative is crucial for strengthening ICE's defenses against cybersecurity threats across a vast network of approximately 53,000 devices. Interested parties must submit their responses by January 9, 2025, at 12:00 PM Eastern Time, and can direct inquiries to Contract Specialist Justin Dudenhefer at justin.dudenhefer@ice.dhs.gov or Contracting Officer Pamela Rodgers at pamela.a.rodgers@ice.dhs.gov.
    Tactical Village Modular Firing Ranges
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the United States Secret Service, is seeking qualified contractors for the design, prefabrication, transportation, and onsite installation of two adjoining Modular Firing Range (MFR) systems at the James J. Rowley Training Center or another designated federal property. The project aims to enhance training capabilities for agents and officers by expanding firearms range facilities to accommodate increased training demands, while ensuring compliance with stringent federal, state, and local regulations regarding safety and environmental standards. Interested contractors must demonstrate relevant experience in range design and construction, with capabilities statements due by January 5, 2026, to Theresa Williams at theresa.williams@usss.dhs.gov or Erik Syfert at erik.syfert@usss.dhs.gov. This opportunity is categorized as a Sources Sought notice, and no set-aside is used for this procurement.