Intrusion Detection System (IDS) & Electronic Security Systems (ESS) Maintenance and Services
ID: W519TC-25-R-2016Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW6QK ACC-RIROCK ISLAND, IL, 61299-0000, USA

NAICS

Security Systems Services (except Locksmiths) (561621)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS (J063)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Feb 28, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 10, 2025, 12:00 AM UTC
  3. 3
    Due Apr 14, 2025, 5:00 PM UTC
Description

The Department of Defense, specifically the Army Contracting Command in Rock Island, Illinois, is soliciting proposals for the maintenance and services of Intrusion Detection Systems (IDS) and Electronic Security Systems (ESS). The procurement aims to secure preventive and corrective maintenance services for IDS equipment across various military installations, ensuring compliance with federal standards and enhancing security measures. This opportunity is set aside for small businesses, with a Firm Fixed Price contract expected to span three years, beginning May 1, 2025, and includes two optional one-year extensions. Interested contractors must submit their quotes by April 14, 2025, at 12:00 PM CST, and can direct inquiries to Angel Traman at angel.j.traman.civ@army.mil or by phone at 520-693-0515.

Point(s) of Contact
Files
Title
Posted
Apr 10, 2025, 4:06 PM UTC
This document is an amendment to a solicitation, designated as Amendment 0001, issued by the Army Contracting Command in Rock Island, Illinois. The primary purpose of this amendment is twofold: first, to update Attachments 0002 and 0003, which contain revised Technical Exhibits, including an Equipment List and Pricing Matrix for labor and parts, with new dates of March 20, 2025; and second, to extend the closing date for response submissions from March 21, 2025, to March 27, 2025, at 12:00 PM CST. The solicitation amendment necessitates acknowledgment from contractors, which can be done through various specified methods, failing which may result in rejection of their offers. This amendment reflects the typical procedural adjustments in government requests for proposals (RFPs) to enhance submissions and ensure participation. It underscores the structured process in government contracting, reiterating the necessity for precise communications between the contracting officer and potential contractors regarding changes in submission timelines and document contents.
Apr 10, 2025, 4:06 PM UTC
This document is an amendment to a federal solicitation, specifically Amendment 0002 for contract W519TC25R2016, issued by the Army Contracting Command in Rock Island, Illinois. The primary purpose of this amendment includes two significant changes: a revision of Attachment 0003, which contains the Pricing Matrix and Parts List, updated as of March 27, 2025, and an extension of the solicitation's closing date from March 27, 2025, to April 3, 2025, both at 12:00 PM CST. Contractors are required to acknowledge receipt of this amendment to avoid the rejection of their offers, which can be done through various specified methods, including returning copies of the amendment or making reference to the amendment in submissions. The document emphasizes the need for adherence to these updated requirements and highlights the procedural adjustments within the envelope of federal RFP protocols. The significance of these changes reflects the government's adaptive approach to soliciting competitive bids while ensuring compliance and clarity in the contracting process.
Apr 10, 2025, 4:06 PM UTC
This document is an amendment to a federal solicitation related to Contract ID W519TC25R2016, issued by the Army Contracting Command in Rock Island, Illinois. The amendment has two primary objectives: to revise the Pricing Matrix (Attachment 0003) and to extend the closing date for the solicitation. The deadline for submission, previously set for April 3, 2025, at 12:00 PM CST, has been postponed to April 8, 2025, at the same time. Offerors are instructed to acknowledge the receipt of this amendment to avoid potential rejection of their submissions. The document emphasizes adherence to Federal Acquisition Regulation (FAR) guidelines and mandates that any changes to already submitted offers be communicated prior to the new deadline. This amendment reflects standard administrative updates necessary for maintaining the integrity and clarity of the solicitation process in federal procurement.
Apr 10, 2025, 4:06 PM UTC
The document is an amendment to a solicitation for a contract related to Integrated Detection Systems (IDS) services. The purpose of Amendment 0004 is twofold: it revises the requirements for preventive maintenance (PM) of IDS equipment and extends the closing date for submissions. The updated PM requirement specifies that all IDS components, including headend equipment, must receive two PMs yearly, scheduled with the Contracting Officer Representative (COR), with repairs or updates reported as necessary. This amendment changes the submission deadline from April 8, 2025, at 12:00 PM CST to April 10, 2025, at 12:00 PM CST. The document underscores the importance of adhering to military regulations while ensuring contractors coordinate effectively with military representatives for optimal maintenance and reporting. Overall, it reflects federal contracting processes aimed at enhancing service quality through clear communication and procedural compliance.
Apr 10, 2025, 4:06 PM UTC
This document is an amendment (Amendment 0005) to a solicitation for a federal contract, extending the deadline for offers and providing new instructions for completing the Labor Price and Parts Price Matrices. It emphasizes the importance of submitting accurate pricing in designated electronic formats (Microsoft Excel) to ensure compliance. Offerors must complete specific sections of the attachments, including filling in prices for all required items, or risk rejection of their proposals for non-compliance. The amendment details the responsibilities of both the contracting officer and the offerors regarding acknowledgment and submission of the required documents. This amendment serves to clarify expectations and procedural requirements in the contracting process, highlighting the government's commitment to regulatory adherence and competitive procurement practices.
Apr 10, 2025, 4:06 PM UTC
The document is an amendment to a government solicitation, specifically identified as Amendment 0006 for contract W519TC25R2016. It outlines several key changes, including revisions to Attachments 0002 and 0003, which pertain to technical equipment and pricing matrices. Additionally, it includes a post of questions and answers relevant to the solicitation. The closing date for proposals has been extended from April 10, 2025, to April 14, 2025, at 12:00 PM CST. Contractors are reminded that acknowledgment of this amendment prior to the new closing time is mandatory, and failure to do so may lead to rejection of submitted offers. The document is structured in a formal format according to federal acquisition regulations, emphasizing compliance with established guidelines for government contracts and solicitations. This amendment serves to ensure that all prospective bidders are updated on changes and can submit proposals in accordance with the revised timeline and requirements.
Apr 10, 2025, 4:06 PM UTC
The Intrusion Detection System Performance Work Statement (PWS) outlines the requirements for the maintenance and services of the Intrusion Detection System (IDS) at the Rock Island Arsenal (RIA). The PWS emphasizes providing both preventive and corrective maintenance to ensure the continuous operation and reliability of IDS equipment across 38 active zones. Key objectives include complying with the original equipment manufacturer’s standards and applicable laws. The contractor must secure access permissions, ensure safety compliance, and maintain a professional conduct among personnel, including USA residency and security clearances. Specific service requirements detail the execution of maintenance work, including scheduling, responding to service requests, and communication protocols. The contractor is responsible for thorough documentation and reporting of accidents and incidents. Additionally, the PWS dictates the importance of environmental compliance, outlining waste management procedures and adherence to federal and state environmental laws. This document serves as a fundamental reference for contractors involved in providing maintenance services and establishes performance expectations within a governmental framework, reinforcing accountability and high safety standards in operations at RIA.
Apr 3, 2025, 2:05 PM UTC
The Intrusion Detection System (IDS) Maintenance & Services Performance Work Statement (PWS) outlines the requirements for providing preventive and corrective maintenance for the IDS at the Rock Island Arsenal (RIA) in Illinois. The document explains the background of RIA, its mission, and the objectives for contractor services, emphasizing compliance with safety and regulatory standards. Contractors must employ qualified technicians for maintenance of the 38 active IDS zones and adhere to strict access control measures, including background checks and security clearances. Key service requirements include routine preventive maintenance tasks, emergency and corrective maintenance procedures, and response time commitments for service requests. The PWS stipulates the necessity for thorough documentation, accident reporting, and maintaining a safe worksite while adhering to environmental regulations. Additionally, contractor personnel are required to receive specialized training on operational security (OPSEC) and the local iWATCH program. This document reflects the government's commitment to ensuring efficient and secure operation of security systems, prioritizing quality control, and environmental protection. The summary encapsulates the essence of the PWS while emphasizing the rigorous standards required in this government contract context.
The document is an Intrusion Detection System (IDS) Electronic Security System Pricing Matrix for a federal RFP, outlining proposed pricing for Preventative Maintenance (PM) and Corrective Maintenance (CM) across various zones. The matrix details line items categorized by tenant areas, including the 1st Army, 902nd MI, ASC, JMC, MEDDAC, Navy, NEC, PEO-EIS, and USAG-PS, with specified equipment like DAQ StarWatch and control panels. Prospective vendors are instructed to provide Firm Fixed Prices (FFP) for annual PM services, conducted semi-annually, and a flat hourly rate for CM tasks. The document includes multiple entries with placeholder values ($0.00) for initial pricing, indicating that competitive bids are expected among contractors to ensure cost-effective maintenance. The primary purpose is to solicit offers for maintaining electronic security systems across facilities, ensuring operational integrity, compliance with federal standards, and enhancement of security measures. This structured approach allows for a transparent comparison of vendor capabilities and pricing, critical in government procurement processes aimed at fiscal responsibility and quality assurance in services rendered.
Feb 28, 2025, 5:06 PM UTC
The document is a Pricing Matrix-Parts List for a government Request for Proposals (RFP) concerning security equipment requirements for Garrison Emergency Service Systems (ESS). It outlines the parts required for the Base Year and two Option Years (OY1 and OY2), including various duress switches, motion sensors, balanced magnetic switches, wireless receivers, and power supply components. Each part is listed alongside its part number and a placeholder for the cost per unit. The matrix is structured in a tabular format, segregating components per year to account for pricing variations over time. The document concludes with a section for the Total Evaluated Price for each year, which indicates a focus on budget assessment tied to federal or state funding mechanisms. This concise and systematic format is common in government RFP documentation, facilitating transparent pricing and procurement processes for essential security measures.
The document outlines the Performance Requirements Summary (PRS) for a contractor, emphasizing specific training and operational standards needed for security and maintenance tasks. It specifies that contractors complete various training programs, such as Level 1 OPSEC, AT Level 1, and iWATCH training within designated timeframes, with zero deviations from these requirements. Additionally, service order forms must meet predefined information criteria, and all substantial service requests require tenant approval. Critical and non-critical service requests have set response timeframes, alongside mandated preventative maintenance procedures by certified technicians. Adherence is validated through review and certification processes, ensuring all personnel involved are adequately trained and meet operational standards as per the Performance Work Statement (PWS). This is crucial for maintaining the integrity of security systems and ensuring compliance with federal and state requirements, reflecting the government's commitment to operational quality and safety.
Apr 10, 2025, 4:06 PM UTC
The document outlines the requirements for a Service Order Report Form as mandated in the Performance Work Statement (PWS) Section 2.6.4. While no specific form is required, the report must capture essential information regarding service requests. Key components include: general details such as the contract number, service company's information, request date and time, facility location, point of contact, and a brief description of the service needed. Additionally, a cost summary must be included, detailing labor utilized (including classification, time, rates, and overtime), subcontractor costs, and parts or materials with unit quantities, prices, and total costs. The report must also contain an authorization section where a government official signs off on the estimated costs for the work to be performed. Lastly, it requires a section for the receipt and acceptance of the completed work, again needing a signature from a government official confirming satisfactory completion. This document ensures proper tracking, accountability, and compliance in managing service orders in federal and local contracting contexts.
Apr 10, 2025, 4:06 PM UTC
The document addresses a series of questions and clarifications related to the Garrison Intrusion Detection System (IDS) Electronic Security System (ESS) Request for Quotes (RFQ). Key inquiries include a request for an extension on quotes, clarification on Amendment 5 regarding contractor modifications, and issues with missing formulas in provided Excel attachments. The contractor sought updated documents due to these discrepancies. Notably, Attachment 0002 and Attachment 0003 contained issues with cell formatting and absence of essential formulas, hindering accurate pricing calculations. The government has confirmed the update of these attachments to rectify errors and ensure all text is properly formatted. Additionally, the deadline for quote submission has been extended from April 10th to April 14th, 12:00 pm CST, providing contractors with additional time to prepare their submissions. This document highlights the importance of clarity and accuracy in government procurement processes.
The Intrusion Detection System (IDS) Electronic Security System (ESS) Pricing Matrix outlines the proposals for pricing related to Preventative Maintenance (PM) and Corrective Maintenance (CM) for various zones within military installations. The document specifies a Firm Fixed Price (FFP) for annual PM services conducted semi-annually, alongside a flat hourly rate for CM actions. Each line item corresponds to specific tenant areas and security components, including control units and detection devices. Notably, many areas report a total cost of $0.00, indicating a lack of proposed pricing or potentially deactivated zones. The structure comprises multiple tenants, detailing specific equipment and maintenance requirements for security systems, aiming to enhance safety and compliance within governmental facilities. The overarching purpose serves to solicit bids and ensure competitive offerings for essential security maintenance services in alignment with federal contracting standards.
The document outlines the Request for Proposals (RFP) for pricing related to Preventative Maintenance (PM) and Corrective Maintenance (CM) for Intrusion Detection Systems (IDS) and Electronic Security Systems (ESS) across multiple federal tenant zones. It specifies that proposals must include Firm Fixed Prices for annual PM services (to occur semi-annually) as well as Flat Hourly Rates for CM actions. It categorizes various tenants and zones, indicating a mix of active and deactivated systems, with many entries currently holding a zero dollar amount for maintenance proposals. The document indicates essential components such as processor control units, balanced magnetic switches, motion detectors, and duress switches that are vital to security operations, emphasizing the need for regularly scheduled maintenance and accurate reporting of working conditions. Overall, the file serves as a structured guideline for service providers bidding on government contracts to maintain security systems, ensuring compliance with federal standards while addressing respective facility needs. The explicit details concerning various systems and zones advance the overarching aim of securing government facilities through robust electronic surveillance and alarm systems.
The document presents a detailed pricing matrix for security-related components as part of a federal Request for Proposals (RFP). It outlines a base year and two option years (OY1 and OY2) for various security items, including duress switches, motion sensors, and wireless receivers, among others. Each item is listed with its part number and description, alongside alternative options for specific products. There are also provisions for additional line items if an alternate Uninterrupted Power Supply (UPS) solution is proposed. Throughout the document, costs per unit are indicated but remain unspecified for the evaluated prices in all periods, highlighting that this document serves as a formal procurement tool for government contracts. The overall purpose is to provide a structured parts list for agencies to budget and manage expenditures related to security systems ensuring compliance and efficiency in the procurement process.
The document provides a detailed Pricing Matrix for various security system components under the Base Year and Option Years (OY1 and OY2) as part of federal RFP processes. It lists specific part numbers and descriptions for equipment including duress switches, motion sensors, wireless receivers, PCU panels, and other essential security apparatus. Each item is accompanied by an alternate option, indicating a flexible approach to procurement. The document aims to outline unit costs and total pricing for essential security infrastructure required for government operations, ensuring compliance with federal regulations. This Pricing Matrix is vital for evaluating costs, making informed purchasing decisions, and preparing budget proposals for government agencies. Overall, it is a comprehensive resource to facilitate efficient and transparent procurement of critical security components over multiple contract years.
The document titled "Pricing Matrix - Parts List" outlines a comprehensive list of components and their costs for a federal Request for Proposal (RFP) related to security systems. It includes items for the Base Year and subsequent Option Years (OY1 and OY2). The parts listed comprise various duress switches, motion sensors, magnetic switches, wireless receivers, keypads, and workstations, along with their respective alternative items where applicable. It also specifies uninterrupted power supply units and battery requirements. Each section of the matrix is structured with part numbers followed by descriptions and a placeholder for cost per unit, guiding potential suppliers on pricing expectations. This document serves as a critical reference for vendors responding to the RFP, facilitating accurate bids on security hardware necessary for government operations, while ensuring compliance with federal standards and procurement processes.
The document outlines a Pricing Matrix for a Parts List related to a federal government's Request for Proposals (RFP) focusing on security components for the Garrison Emergency Security Systems (ESS) requirement. It specifies various items, including duress switches, motion sensors, magnetic switches, wireless receivers, PCU panels, security keypads, and a primary monitoring console, across three periods: the base year, Option Year 1 (OY1), and Option Year 2 (OY2). Each part is listed with associated descriptions, and there are provisions for alternate options for certain items. The document emphasizes cost per unit for each item, which is critical for evaluating potential proposals and overall budget considerations in government procurement processes. This pricing information aids in determining the total costs across the specified contract years, supporting an organized response to the RFP by manufacturers or suppliers. The structured nature of the document caters to administrative and procurement procedures inherent in federal and state contracts, facilitating transparent and competitive bidding.
Apr 10, 2025, 4:06 PM UTC
The document outlines a Request for Quote (RFQ) for Electronic Security Systems (ESS) Maintenance and Services at Rock Island Arsenal, Illinois. Issued by the U.S. Army Contracting Command, it emphasizes a 100% Small Business Set-Aside for a Firm Fixed Price contract that spans three years, beginning May 1, 2025, with two optional one-year extensions. The services cover preventive and corrective maintenance for Intrusion Detection Systems across various tenants on the facility. Interested offerors must provide technical documentation confirming qualifications in managing Integrated Commercial Intrusion Detection Systems, UPS, and ESS sensors. All quotes should be submitted by March 21, 2025, with specific requirements detailed in attached performance and pricing matrices. Notably, the contract adheres to the current Services Contract Act wage determinations, ensuring compliance with labor standards. The document serves as a guideline for potential contractors to understand the expectations and evaluation criteria before submission, as well as deadlines for inquiries to clarify project aspects.
Lifecycle
Title
Type
Similar Opportunities
Purchase/Install Intrusion Detection System (IDS)
Buyer not available
The Department of Homeland Security (DHS), through the Federal Protective Service (FPS), is seeking proposals for the purchase and installation of a new Intrusion Detection System (IDS) at the Moorhead Federal Office Building in Pittsburgh, Pennsylvania. The project involves the removal of the existing IDS and the installation of a new system, which includes components such as an alarm control panel, alarm keypads, and wireless transmitters, to enhance security measures within federal facilities. This procurement is critical for modernizing security infrastructure and ensuring the safety of personnel and assets. Interested vendors must submit their quotes by April 25, 2025, at 4:00 PM EDT, and are encouraged to attend a site visit on February 4, 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.
Electronic Security Systems (ESS) VIII
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers' Huntsville Engineering and Support Center, is seeking qualified contractors for the procurement, installation, and maintenance of Electronic Security Systems (ESS) as part of the ESS VIII initiative. This opportunity encompasses a comprehensive range of services, including physical security measures, automated control systems, and various monitoring solutions, aimed at enhancing the Army's security infrastructure across multiple locations both within the continental United States and overseas. The anticipated contract value is approximately $2.5 billion, with a base period of 36 months and options for two additional 24-month periods. Interested firms, particularly small businesses, are encouraged to submit their qualifications and capabilities by responding to the Sources Sought Notice, with inquiries directed to Tianna Love at tianna.r.love@usace.army.mil or Lashonda Smith at LASHONDA.C.SMITH@USACE.ARMY.MIL.
AECS, IDS, and Door Installation
Buyer not available
The Department of Defense, specifically the Naval Air Warfare Center at China Lake, California, is seeking proposals for the installation of Advanced Electronic Control Systems (AECS), Integrated Defense Systems (IDS), and door installation services. This procurement aims to fulfill a critical requirement for enhancing security and operational capabilities at the facility, with the contract being open to all responsible sources. Interested vendors must ensure compliance with federal acquisition regulations and maintain an active registration in the System for Award Management (SAM) database. Proposals are due following the solicitation posting on or about April 9, 2025, and inquiries can be directed to Yvonne Stockwell at yvonne.c.stockwell.civ@us.navy.mil or by phone at 760-793-4069.
Inspection, Maintenance and Repair service for Intrusion Detection Systems (IDS) and closed- circuit television (CCTV) at U.S. Army Garrison Japan Installations
Buyer not available
The Department of Defense, through the Department of the Air Force, is seeking a contractor to provide inspection, maintenance, and repair services for Intrusion Detection Systems (IDS) and Closed-Circuit Television (CCTV) at U.S. Army Garrison installations in Japan, including locations such as Okinawa, Kanagawa, and Hiroshima. The contractor will be responsible for all necessary personnel, tools, equipment, and materials to ensure compliance with government regulations and cybersecurity standards, while also managing scheduled inspections and emergency responses. This contract is critical for maintaining the security infrastructure of military installations, ensuring operational readiness and compliance with both U.S. and host nation regulations. Interested parties should contact Akane Jukurogi at akane.jukurogi.jp@us.af.mil or by phone at 814-255-16120 for further details, noting that funds are not currently available for this effort and no quotes will be accepted at this time.
MISSION support KINGPIN, IDS, ACS and Digital Cameras
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking information from interested companies to provide an Intrusion Detection System (IDS), Access Control System (ACS), and digital cameras for Robins Air Force Base, aimed at enhancing security for the KINGPIN mission. The project involves the installation of these systems in building BLDG 2039 to secure all exterior doors and critical interior areas, particularly the new Open Storage Area (OSA) on the operations floor, ensuring controlled access and real-time monitoring. This initiative underscores the government's commitment to bolstering security measures at military facilities, with responses due by 5:00 PM Eastern on April 18, 2025. Interested firms should submit documentation outlining their capabilities and past experience, and inquiries can be directed to Adria Pitts at adria.pitts@us.af.mil.
Notice of Intent to Modify ESS VII MATOC to Increase Capacity
Buyer not available
The Department of Defense, specifically the U.S. Army Corps of Engineers, has issued a Notice of Intent to modify the Electronic Security Systems (ESS) Seventh Generation Multiple Award Task Order Contract (MATOC) to increase its capacity by $750 million, raising the total contract value to $1.425 billion. This modification aims to ensure the continuation of ESS services while preparing for a competitive solicitation for a multi-year contract projected for award in Fiscal Year 2028. The ESS work encompasses a range of services including site surveys, technical data preparation, procurement, installation, and maintenance of security systems, with a focus on compliance with Department of Defense standards. Interested firms must respond by 5:00 PM Central Time on April 21, 2025, providing their qualifications and capabilities to the designated contacts, Contract Specialist Nanette P. Hill and Contract Officer William G. Seelmann, via their respective email addresses.
SOLICITATION: Rock Island Arsenal Clock Tower Grounds Maintenance Service (Mowing and Trimming)
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting quotes for grounds maintenance services at the Clock Tower Complex located on Rock Island Arsenal in Illinois. The procurement involves mowing approximately 2.64 acres, edging 4,300 linear feet, and debris removal to maintain a professional appearance, with a focus on compliance with safety and insurance requirements. This opportunity is a Total Small Business Set-Aside, employing a Lowest Price Technically Acceptable (LPTA) evaluation approach, and is crucial for ensuring the upkeep of military infrastructure. Interested contractors must submit their proposals, including evidence of relevant experience and past performance, by the specified deadlines, with inquiries directed to the primary contact, Jake Anderson, at jake.t.anderson@usace.army.mil or by phone at 309-794-6131.
Access Control/Intrusion Detection System
Buyer not available
The Department of Defense, through the Naval Supply Systems Command (NAVSUP) Fleet Logistics Center Norfolk, is seeking proposals for the installation of an Access Control and Intrusion Detection System (ACS/IDS) at Building 235 of Naval Support Activity Annapolis, Maryland. The procurement involves the complete furnishing, outfitting, and installation of a Lenel-based security system, which is critical for enhancing building security and ensuring compliance with existing security protocols. This acquisition is particularly important as it addresses vulnerabilities in the current system and maintains compatibility with the Navy's existing infrastructure. Interested vendors must submit their proposals by April 18, 2025, with inquiries due by April 11, 2025. For further information, potential bidders can contact Justin Clark at justin.t.clark6.civ@us.navy.mil or Morgan Olszak at morgan.e.olszak.civ@us.navy.mil.
Arm Assembly - Lift B
Buyer not available
The Department of Defense, through the Army Contracting Command – Rock Island, is soliciting proposals for the procurement of an Arm Assembly - Lift B, under solicitation number W519TC25Q2234. This opportunity is a total small business set-aside, requiring vendors to provide a firm fixed price quote that meets the specifications outlined in the request for quotation (RFQ), with the lowest priced, responsive, and responsible vendor expected to be awarded the contract. The Arm Assembly is crucial for military operations, and the selected contractor must ensure timely delivery to the Rock Island Arsenal in Illinois, adhering to strict submission guidelines and safety regulations. Quotes are due by 6 PM CST on April 30, 2025, and interested parties should direct inquiries to Andrew Owens at andrew.m.owens16.civ@army.mil or Kylah Rasche at kylah.a.rasche.civ@army.mil.
Integrated Base Defense Security Systems
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking industry input for an Indefinite Delivery Indefinite Quantity (IDIQ) contract focused on Integrated Base Defense Security Systems at Hurlburt Field, Florida. The contract aims to procure electronic and physical security products and services, including engineering, design, installation, and lifecycle support, to enhance security measures against evolving threats to U.S. critical infrastructure and personnel. This initiative is crucial for bolstering national defense capabilities and ensuring compliance with cybersecurity policies, with potential use by other authorized activities pending approval. Interested parties must submit their capabilities statements by April 25, 2025, and can contact Rowan Thom at rowan.thom.1@us.af.mil or Alyssa Garred at alyssa.garred@us.af.mil for further information.