Intrusion Detection System (IDS) - Install
ID: W50S8V-25-Q-A010Type: Special Notice
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW7N7 USPFO ACTIVITY WVANG 167MARTINSBURG, WV, 25405-7704, USA

NAICS

Electrical Contractors and Other Wiring Installation Contractors (238210)

PSC

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

    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.

    Point(s) of Contact
    Files
    Title
    Posted
    The government plans to issue a sole source purchase order to Advantor Systems Corporation for the installation of an intrusion detection system (IDS) at a secured area entryway. This decision is authorized under FAR 13.106-1(b) and follows Simplified Acquisition Procedures as per FAR Part 13. The NAICS code associated with this requirement is 238210. This notice serves to inform that there will be no formal solicitation or Request for Quotation (RFQ), and any responses must provide compelling evidence of the advantages of competitive sourcing. If no valid responses are received by SMSgt Christopher Broschart, the government intends to proceed with the order without further notice. The discretion of whether to compete the proposed order lies entirely with the government. This notice encapsulates standard practices in government procurement, emphasizing direct sources and swift acquisition under specific regulatory frameworks.
    Lifecycle
    Title
    Type
    Special Notice
    Similar Opportunities
    Fort Riley Intrusion Detection System (IDS) Maintenance and Monitoring
    Buyer not available
    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.
    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.
    Notice of Intent to Sole Source: WHS/AD Electronic Security Systems and Maintenance Support
    Buyer not available
    The Department of Defense, through the Washington Headquarters Services (WHS), intends to award a sole source contract to Advantor Systems Corporation for electronic security systems and maintenance support services. This procurement is justified under the authority of FAR 6.302-1, indicating that only one responsible source can fulfill the agency's requirements. The services are critical for maintaining security alarm systems, which play a vital role in safeguarding government facilities. Interested parties may submit capability statements for consideration, although the government reserves the right to proceed with the sole source award without competition. For further inquiries, contact Leanne Condren at leanne.condren.civ@mail.mil, with the reference number HQ003425R0077 associated with this opportunity.
    Advantor Intrusion Detection System and Access Control System
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through the NAVAIR Warfare Center Aircraft Division, is seeking contractors for the installation of an Advantor Intrusion Detection System and Access Control System. This procurement aims to enhance security measures by implementing advanced alarm, signal, and security detection systems at a designated location in New Jersey. The selected contractor will play a crucial role in ensuring the safety and security of military assets through the installation of these systems. Interested parties can reach out to Mark Schnittman at mark.a.schnittman.civ@us.navy.mil for further details regarding the presolicitation notice.
    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.
    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 Systems
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking contractors to upgrade the Intrusion Detection System (IDS) for the United States Military Training Mission (USMTM) in Riyadh, Saudi Arabia. The project involves the installation of additional IDS components, including balance magnetic sensors, passive infrared systems, keypads, and an emergency exit door annunciator, along with training for up to 15 USMTM personnel on system operation and troubleshooting. This initiative is crucial for enhancing security measures and maintaining robust defense capabilities in the region, ensuring compliance with both federal and host nation regulations. Interested contractors should contact TSgt Jeff Karingithi at jeff.n.karingithi.mil@army.mil or Marcus Drinkard at marcus.drinkard@us.af.mil for further details.
    Notice of Intent for use of Brand Name - Advantor Security Systems
    Buyer not available
    The Department of Defense, specifically the Department of the Army through the W071 Endist Seattle office, has issued a Special Notice regarding the intent to procure brand name Advantor Security Systems. This procurement aims to secure specialized security systems services, which are critical for maintaining safety and security at designated facilities. The performance of this contract will take place in Portland, Oregon, and interested vendors can reach out to Alysha MacDonald at alysha.a.macdonald2@usace.army.mil or by phone at 206-764-3500 for further details. Additionally, Andrea Jackson is available for inquiries at Andrea.G.Jackson@usace.army.mil.
    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.
    BPA - Alarm, Signal and Security Detection Systems PSC 6350
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center Indian Head Division (NSWC IHD), is seeking to establish Blanket Purchase Agreements (BPAs) for Alarm, Signal, and Security Detection Systems under PSC Code 6350 and NAICS Code 334290. The procurement aims to engage small businesses that can provide standard commercial supplies and services at competitive prices, with BPA calls not exceeding the Simplified Acquisition Threshold, allowing for competition at the call level. These systems are critical for enhancing security measures and operational safety within military installations. Interested vendors must submit their documentation, including past performance references, by April 30 for June awards or October 31 for December awards, and can contact Barbara Grinder at barbara.j.grinder.civ@us.navy.mil for further information.