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
    Description

    The Department of Defense, specifically the U.S. Army Contracting Command, is soliciting proposals for the maintenance and services of Intrusion Detection Systems (IDS) and Electronic Security Systems (ESS) at Rock Island Arsenal in Illinois. The procurement aims to secure a contractor for a Firm Fixed Price contract that encompasses preventive and corrective maintenance for various security systems, with a focus on compliance with safety and regulatory standards. This contract is crucial for ensuring the operational integrity and security of the facility, which houses multiple tenants requiring robust security measures. Interested small businesses must submit their quotes by March 21, 2025, 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
    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.
    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.
    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.
    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.
    Similar Opportunities
    DES Electronic Security Systems/ICIDS Maintenance
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking qualified contractors to provide maintenance and emergency repair services for Electronic Security Systems (ESS) at Carlisle Barracks, Pennsylvania. The procurement includes semi-annual preventive maintenance, corrective repairs, and emergency response services for Intrusion Detection Systems (IDS) and related components, ensuring compliance with manufacturer guidelines and effective system operation. This contract is crucial for maintaining secure facilities and upholding stringent security protocols. Interested small businesses must submit their quotes by March 17, 2025, and are encouraged to attend a site visit on March 6, 2025. For further inquiries, contact Christine Cairo at christine.a.cairo.civ@army.mil or William Byrne at william.a.byrne.civ@army.mil.
    Small Caliber Research System
    Buyer not available
    The Department of Defense, specifically the Army Contracting Command in Rock Island, Illinois, is seeking proposals for a Small Caliber Ballistic Research System under solicitation number W519TC25Q2129, which is set aside for small businesses. The contractor, Physics Applications, Inc., is required to deliver a system compatible with existing equipment at Rock Island Arsenal within 90 days of the order, adhering to strict delivery schedules and compliance with safety and identification protocols. This procurement is critical for maintaining operational capabilities at the Arsenal, emphasizing the importance of timely shipping and quality assurance standards. Interested parties must submit their proposals by March 19, 2025, at 6 PM CST, and can contact Andrew Owens or Ashley Moore for further information.
    Electronic Security System Maintenance Support Services
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA), is seeking qualified contractors to provide Electronic Security System Maintenance Support Services at DLA Distribution Red River in Texas. The procurement aims to ensure the effective maintenance and operational efficiency of critical security systems, including installation, upgrades, and cybersecurity compliance for systems such as Lenel Access Control and Bosch CCTV. This initiative is vital for maintaining high security standards and operational integrity within government logistics facilities. Interested parties should contact Deborah Johnson at Deborah.L.Johnson@dla.mil or call 717-770-8774 for further details, with the contract structured as a Firm-Fixed-Price for a four-year maintenance period starting April 5, 2025, and a total ceiling price of $20,000 for each option year.
    Purchase/Install Intrusion Detection System (IDS)
    Buyer not available
    The Department of Homeland Security, through the Federal Protective Service, 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 outdated IDS equipment and the installation of a new system that will integrate with existing General Services Administration (GSA) access control systems, thereby enhancing security protocols within federal facilities. This procurement is crucial for modernizing physical security infrastructure to protect personnel and assets effectively. Interested contractors must submit their proposals by March 10, 2025, and are encouraged to attend a pre-proposal conference on February 4, 2025, with additional site visits scheduled for February 27, 2025. For further inquiries, vendors can contact James Austin at james.austin@associates.hq.dhs.gov or Marcus Mason at marcus.l.mason@fps.dhs.gov.
    Vindicator Security System
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for the installation of a Honeywell Vindicator Intrusion Detection System at Dyess Air Force Base in Texas. The project involves a comprehensive Electronic Security System that integrates both Intrusion Detection and Access Control systems, with the contractor responsible for all labor, equipment, and materials necessary for installation, training, and maintenance. This procurement is crucial for enhancing security measures at the base while ensuring compliance with Air Force regulations. Interested small businesses must submit their quotes by March 17, 2025, with a contract award anticipated shortly thereafter, and can direct inquiries to SSgt Maren Quinones-Burgess at maren.quinones-burgess@us.af.mil or A1C Illya Shkrebtiy at illya.shkrebtiy.1@us.af.mil.
    24-SIMACQ-E20-0006 IDS Parts
    Buyer not available
    The Department of Defense, specifically the Naval Surface Warfare Center, is soliciting quotes for the procurement of IDS branded parts, including cable assemblies and conduits, under the solicitation number 24-SIMACQ-E20-0006. This procurement is critical as it involves sole source items that are uniquely tested and validated for specific systems, ensuring compliance with installation schedules set for June and July 2025. The contract will be a firm-fixed-price arrangement, with an estimated delivery timeframe of 44 weeks post-award, and interested vendors must submit their quotes by March 10, 2025. For further inquiries, vendors can contact Jorge Ortiz at jorge.u.ortiz.civ@us.navy.mil or Keith A. Shaner at keith.a.shaner2.civ@us.navy.mil.
    Counter Unmanned AerialDetection System
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking proposals for a Counter Unmanned Aerial Detection System through a Combined Synopsis/Solicitation notice. This procurement aims to enhance security measures by acquiring a system capable of detecting and countering unmanned aerial threats, which are increasingly relevant in modern defense operations. The contract is set aside for small businesses, emphasizing the importance of fostering participation from the small business community in defense contracting. Interested vendors can reach out to Dennis Staples at dennis.staples@us.af.mil or call 253-982-2337, or contact Joy Davis at joy.l.davis18.civ@army.mil or 315-772-9900 for further details.
    NDT Modernization
    Buyer not available
    The Department of Defense, specifically the Army Contracting Command-Rock Island, is seeking proposals from qualified small businesses for the modernization of Non-Destructive Testing (NDT) systems at the Rock Island Arsenal. The procurement aims to enhance the capabilities of the NDT lab through the installation of new linear accelerators and X-ray tubes, while ensuring compliance with national safety standards such as OSHA, ASTM, and ANSI. This modernization is critical for maintaining operational efficiency and readiness within the Joint Manufacturing and Technology Center (RIAJMTC). Interested vendors must submit their bids by December 20, 2024, and can direct inquiries to Brandy Huesmann at brandy.m.huesmann.civ@army.mil or Ashley Moore at ashley.m.moore85.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.
    Grounds Maintenance Services for IL177 multi-site in Illinois
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking proposals for grounds maintenance services at multiple sites in Illinois under the solicitation W911SA25QA070. The contract, which is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), requires comprehensive landscaping services including mowing, trimming, weed control, and seasonal clean-ups, with a focus on maintaining a clean and professional appearance at Army Reserve facilities. This procurement is crucial for ensuring the upkeep of government properties and compliance with operational standards, with the contract period running from April 1, 2025, to March 31, 2026. Interested vendors should contact Kayla Christian at kayla.j.christian.civ@army.mil for further details and to submit proposals by the specified deadline.