ContractSolicitationTotal Small Business Set-Aside (FAR 19.5)

Fort Detrick/Forest Glen Annex Integrated Commercial Intrusion Detection System (ICIDS) Maintenance & Repair Services

DEPT OF DEFENSE W91QV125RA016
Response Deadline
Jun 2, 2025
Deadline passed
Days Remaining
0
Closed
Set-Aside
Total Small Business Set-Aside (FAR 19.5)
Notice Type
Solicitation

Contract Opportunity Analysis

The Department of Defense, through the Department of the Army, is seeking proposals for maintenance and repair services for the Integrated Commercial Intrusion Detection System (ICIDS) at Fort Detrick and Forest Glen Annex in Maryland. The contract aims to establish a comprehensive Preventative Maintenance, Repair, and Inspection (PMRI) program to ensure the effective operation of security systems that monitor and control personnel access to Army facilities. This initiative is crucial for enhancing security measures while minimizing the need for physical security checks, thereby safeguarding sensitive areas. The total funding for this opportunity is approximately $25 million, with a total small business set-aside, and interested contractors must submit their proposals by June 2, 2025. For further inquiries, contact Rickey Hampton at rickey.g.hampton.civ@army.mil or Kenneth L. Mitchell at kenneth.l.mitchell.civ@army.mil.

Classification Codes

NAICS Code
561621
Security Systems Services (except Locksmiths)
PSC Code
J063
MAINT/REPAIR/REBUILD OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS

Solicitation Documents

8 Files
A02 PWS FD ICIDS 20250430.pdf
PDF1094 KB5/7/2025
AI Summary
The Performance Work Statement (PWS) outlines the requirements for maintaining the Integrated Commercial Intrusion Detection System (ICIDS) at Fort Detrick and Forest Glen Annex. The primary objective is to establish a Preventive Maintenance, Repair, and Inspection (PMRI) contract to ensure effective security through monitoring personnel access and detecting intrusion attempts. The contractor is responsible for providing qualified technicians and necessary resources to perform maintenance, emergency repairs, and regular testing of the ICIDS system. The contract spans one base year with four optional years, focusing on quality assurance and adherence to performance standards. Stringent security protocols are emphasized, requiring contractor personnel to pass background checks, maintain security clearances, and follow anti-terrorism training requirements. Additionally, contractors must implement a Quality Control Plan and respond to service requests within defined timelines, with penalties for non-compliance. Technical personnel must possess specific certifications and experience, ensuring a high standard of service for the system's various electronic security components. The PWS also specifies key reporting requirements and compliance with federal regulations, emphasizing the government's commitment to safeguarding sensitive facilities and maintaining operational security.
B08 Solicitation - W91QV125RA016 KO Released.pdf
PDF2620 KB5/23/2025
AI Summary
The Women-Owned Small Business (WOSB) solicitation document outlines requirements for the Integrated Commercial Intrusion Detection System (ICIDS) project at Fort Detrick. The solicitation invites proposals for various services, including commercial products, administrative support, and maintenance activities related to the ICIDS, with a total funding of $25 million. Contractors must perform tasks as specified in the Performance Work Statement (PWS) and adhere to federal guidelines, including a set-aside for economically disadvantaged women-owned small businesses. The contract will incorporate standard federal clauses and provide for the evaluation of protests through the AMC-Level Protest Program. Additionally, performance obligations span multiple years with inspections conducted at designated U.S. Army facilities, ensuring compliance with federal requirements. The document emphasizes the importance of equitable treatment in subcontracting and mandates that a significant portion of the work be performed by the prime contractor. Overall, this solicitation represents an opportunity for qualified small businesses to engage with federal contracts while supporting government objectives for minority and women-owned enterprise inclusion.
B04 Wage Determination 2015_4269 Rev No.28_ 20241223.pdf
PDF113 KB5/23/2025
AI Summary
The document outlines Wage Determination No. 2015-4269 under the Service Contract Act (SCA), managed by the U.S. Department of Labor. It details wage rates and fringe benefits for various occupations in Maryland, specifically Frederick and Montgomery counties, applying to federal contracts. The key points include differing minimum wage requirements based on contract dates—$17.75 per hour under Executive Order 14026 for contracts after January 30, 2022, and $13.30 under Executive Order 13658 for contracts awarded between January 1, 2015, and January 29, 2022. It also enumerates specific wage rates for multiple job classifications spanning administrative, automotive, food service, healthcare, IT, and more, alongside mandated fringe benefits like health and welfare contributions, vacation, and sick leave provisions. The document emphasizes compliance with labor laws and outlines requirements for adjustments in classifications not included in the determination. Essential directives on uniform provisions and hazardous pay differentials are also included. Overall, it serves to ensure fair compensation and worker protections for employees engaged in government contracts.
B08 Solicitation Amendment W91QV125RA016-0001 KO Signed.pdf
PDF832 KB5/23/2025
AI Summary
This document is an amendment to a solicitation, detailing important instructions regarding submissions and changes to an offer. It specifies that offers must acknowledge receipt of the amendment before the designated deadline and outlines acceptable methods for acknowledgment—either through specific items, inclusion with offer copies, or via separate communication. The document also provides instructions for changing a previously submitted offer prior to the submission deadline. Additionally, it includes sections related to accounting and appropriation data, modifications of contracts or orders, and other administrative changes. The overall purpose is to ensure compliance and clarity for contractors and offerors regarding the bidding process for government contracts. Specific amendments include the communication details of contracting officials and contractor signatures, serving to modify contractual terms while keeping other conditions unchanged.
A02 PWS FD ICIDS 20250519.pdf
PDF1095 KB5/19/2025
AI Summary
The Performance Work Statement (PWS) outlines the maintenance and repair services contract for the Integrated Commercial Intrusion Detection System (ICIDS) at Fort Detrick and Forest Glen Annex. Its primary objective is to establish a Preventative Maintenance, Repair, and Inspection (PMRI) framework to ensure effective security through monitoring personnel access. The contractor is responsible for providing qualified technicians, tools, and materials to perform maintenance, emergency repairs, and regular system testing to uphold a high security standard and comply with specific regulatory requirements. The contract spans a base period of 12 months with four 12-month options and includes a comprehensive quality control program to prevent service non-compliance. Security and training requirements for contractor personnel are stringent, emphasizing the need for proper vetting and certifications. The PWS also emphasizes documentation through monthly reports and requires the contractor to adhere to federal regulations regarding operational procedures, training, and employee qualifications. Overall, the document underscores the Army's commitment to maintaining robust security protocols at its installations and the necessary contractor responsibilities to fulfill these goals effectively.
B08 Solicitation Amendment W91QV125RA016-0002 KO Signed.pdf
PDF3721 KB5/23/2025
AI Summary
This document serves as an amendment to a solicitation for government contracting, specifically amending the requirement for submitting a DD Form 254 for secret facility clearance. It extends the offer submission deadline to June 2, 2025, and outlines the proposal submission procedures. Offerors must submit their technical proposals and price summaries via email, adhering to specific formats and page limits. Evaluations will be based on the Lowest Price Technically Acceptable (LPTA) criteria. The proposal should include two separate volumes: a technical volume detailing capabilities, qualifications, and plans, and a price volume submitted in Excel format. Additionally, it discusses the ongoing transition to a new contract writing system, the Army Contract Writing System (ACWS), and advises offerors on potential changes in documentation format. Proper communication with the Contracting Officer is emphasized if discrepancies arise. In summary, the document outlines procedural changes and submission guidelines for interested parties in government contracting, ensuring clarity amid a system transition.
A02 PWS FD ICIDS 20250521.pdf
PDF1095 KB5/23/2025
AI Summary
The Fort Detrick/Forest Glen Annex Integrated Commercial Intrusion Detection System (ICIDS) Maintenance and Repair Services Performance Work Statement (PWS) outlines the requirements for a contractor to maintain and repair the ICIDS used for security at Army facilities. The objectives include establishing preventative maintenance and repair contracts for the system, which utilizes various sensors to monitor secure areas, reducing reliance on physical security checks. The contractor is responsible for providing necessary personnel, tools, and equipment while adhering to quality control and assurance standards. The service scope encompasses preventive and corrective maintenance, emergency repairs, software updates, and system testing. The period of performance includes a base year and four optional years, with specific repair response times defined for emergencies and non-emergencies. Additionally, the document specifies security protocols for contractor personnel, including background checks, training on anti-terrorism, and operational security procedures. It also outlines key personnel requirements, with emphasis on qualifications related to ICIDS systems. Overall, the PWS ensures that the ICIDS remains functional and secure while meeting stringent military standards throughout the contract duration.
B08 Solicitation Amendment W91QV125RA016-0003 KO Signed.pdf
PDF3708 KB5/23/2025
AI Summary
This document details an amendment to a solicitation identified as W91QV125RA016. The primary purpose of the amendment, issued on May 7, 2025, is to officially notify offerors of revisions made to specific sections of the Performance Work Statement (PWS), namely paragraphs 1.6.8.3 and 4.2. A revised copy of the PWS has been made accessible on the SAM.GOV website under the corresponding solicitation notice. The amendment outlines acknowledgment requirements for offerors, which can be fulfilled through various methods including completing specific forms or communicating via letter or electronic means. It emphasizes the importance of timely acknowledgment to avoid rejection of proposals and addresses instructions for changing previously submitted offers if necessary. The document is structured to provide clear guidelines on the amendment process, indicating necessary signatures from both the contractor and contracting officer. Overall, this amendment ensures clarity and updates related to the solicitation, maintaining compliance with federal procurement regulations.

Related Contract Opportunities

Project Timeline

postedOriginal Solicitation PostedMay 2, 2025
amendedAmendment #1May 7, 2025
amendedAmendment #2May 19, 2025
amendedAmendment #3May 23, 2025
amendedLatest AmendmentMay 23, 2025
deadlineResponse DeadlineJun 2, 2025
expiryArchive DateJun 17, 2025

Agency Information

Department
DEPT OF DEFENSE
Sub-Tier
DEPT OF THE ARMY
Office
W6QM MICC-FT BELVOIR

Point of Contact

Name
Rickey Hampton

Place of Performance

Frederick, Maryland, UNITED STATES

Official Sources