Integrated Commercial Intrusion Detection System Security Suite
ID: HC102826R0002Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEFENSE INFORMATION SYSTEMS AGENCY (DISA)IT CONTRACTING DIVISION - PL83SCOTT AFB, IL, 62225-5406, USA

NAICS

Computer Systems Design Services (541512)

PSC

NATIONAL DEFENSE R&D SERVICES; DEFENSE-RELATED ACTIVITIES; APPLIED RESEARCH (AC32)

Set Aside

No Set aside used (NONE)
Timeline
    Description

    The Department of Defense, through the Defense Information Systems Agency (DISA), is soliciting proposals for the Integrated Commercial Intrusion Detection System (ICIDS) Security Suite, aimed at enhancing security at Fort Huachuca, Arizona. The procurement involves the supply, installation, training, and one year of maintenance for the ICIDS solution, which is critical for compliance with Garrison physical security requirements. This unrestricted solicitation allows participation from all business sizes, with a focus on ensuring the system's operational integrity and adherence to government security regulations. Proposals are due by November 19, 2025, at 2:00 PM CDT, and interested vendors can contact John M. Ross or Lisa Silvey for further information.

    Point(s) of Contact
    Files
    Title
    Posted
    The Performance Work Statement outlines the requirements for an Integrated Commercial Intrusion Detection System (ICIDS) Security Suite for the Joint Interoperability Test Command (JITC) at Fort Huachuca Garrison. The objective is to procure, install, train, and maintain an ICIDS solution to ensure JITC's compliance with Garrison physical security requirements. The scope includes securing a general office suite and a communications server room, with specific performance requirements for installing various intrusion detection system components. The contractor must provide a one-year warranty, utilize certified technicians, and ensure the system is fully operational and integrated. Deliverables include inspection and test reports, as-built drawings, and equipment warranties. The work is unclassified, and contractor personnel must adhere to strict security requirements, including background checks, visit authorizations, and compliance with all government security regulations.
    The provided document, likely an excerpt from a government Request for Proposal (RFP) or a similar architectural/engineering plan, details the dimensions and layout of a specific area labeled "AREA 110" and "Computer Room 111." It lists various measurements: 13' 5", 6', 50' 10", 25' 9", 14' 3/4", 12' 6", 17' 3/4", and 8' 5". This information is crucial for planning and executing projects related to facility construction, renovation, or equipment installation within a government context, ensuring precise spatial allocation and design adherence.
    The document outlines required information for a contractor, detailing specific items and services for an ICIDS Security Suite Installation project at Fort Huachuca, AZ. Key items include Bosch volumetric indoor PIMS, Ditek surge protectors for AC power and communications, and the installation of the security suite itself. The project also involves government-furnished equipment such as an Interior Remote Area Data Collector, Balanced Magnetic Switches, and Passive Infrared Motion Sensors. The document specifies brand names or equals, manufacturer part numbers, contract types, units of issue, and quantities for each item, all currently listed at a unit price of $0.00, indicating a request for quotation or proposal rather than a finalized order. This file is likely part of an RFP, outlining the technical requirements for bids.
    This Quality Assurance Surveillance Plan (QASP) outlines the systematic method for evaluating contractor performance for the Integrated Commercial Intrusion Detection System (ICIDS) Security Suite contract. It details what will be monitored, how, by whom, and how results will be documented, emphasizing that the contractor is responsible for quality control. Key roles include the Program/Project Manager, Contracting Officer (KO), and Contracting Officer's Representative (COR), with the COR primarily responsible for continuous technical oversight and documenting performance using the QASP. The primary surveillance method will be 100% inspection, supplemented by random sampling, periodic inspections, and customer input. Performance standards include 100% ICIDS operational time (0800-1600) and a four-hour maintenance call response. Performance is documented via Performance Assessment Reports (PARs) for acceptable performance and Corrective Action Reports (CARs) for unacceptable performance. The Acceptable Quality Level (AQL) is 100% due to the critical nature of the ICIDS. Performance ratings, consistent with CPARs, range from Exceptional to Unsatisfactory, based on meeting contractual requirements and addressing problems effectively.
    This document, Amendment 0001 to Solicitation HC102826R0002, issued on October 13, 2025, incorporates Wage Determination No. 2015-5719 into the Request for Proposal (RFP). This amendment outlines prevailing wage rates and fringe benefits for various occupations in Cochise County, Arizona, under the Service Contract Act. It includes provisions for minimum wage rates based on Executive Orders 14026 and 13658, paid sick leave under Executive Order 13706, and details regarding vacation, holidays, hazardous pay differentials, and uniform allowances. The document also provides guidance on the conformance process for unlisted job classifications, emphasizing the importance of adherence to these labor regulations for contractors and their employees.
    This document is an amendment to Solicitation No. HC102826R0002, identified as Amendment/Modification No. 0002. Issued by DISA/DITCO-SCOTT-PS83, the amendment's effective date is October 17, 2025. The primary purpose of this amendment is to extend the offer due date for the solicitation to October 21, 2025, at 1:00 PM CDT. All other terms and conditions of the original solicitation remain unchanged. Offerors must acknowledge receipt of this amendment to ensure their offer is considered. This can be done by completing items 8 and 15 and returning copies of the amendment, acknowledging receipt on each offer copy, or sending a separate letter or telegram referencing the solicitation and amendment numbers. Failure to acknowledge receipt by the new deadline may result in the rejection of the offer.
    Amendment 0003 to Solicitation HC102826R0002, dated October 29, 2025, extends the offer due date to November 19, 2025, at 2:00 PM CDT. This amendment modifies the solicitation by changing the standard size code to $34,000,000 and removing the 100% set-aside percentage, making it an "Unrestricted" acquisition with "No Preference / Not Listed." The NAICS code for CLINs 0001 and 0002 has been updated from 334111 to 541512. Offerors must acknowledge receipt of this amendment to ensure their bids are considered. The document also updates the list of attachments for the solicitation.
    This government solicitation, HC102826R0002, issued on October 2, 2025, by DISA/DITCO-SCOTT-PS83, is a Request for Proposal (RFP) for the installation and equipment of an ICIDS Security Suite. The offer due date is October 16, 2025, at 2:00 PM. The project is a total small business set-aside with a NAICS code of 334111 and a size standard of 1,250 employees. Key deliverables, due by May 1, 2026, include ICIDS Security Suite Installation (CLIN 0001) and ICIDS Security Suite Equipment (CLIN 0002), both to be delivered to DISA JITC in Fort Huachuca, AZ. The document outlines numerous clauses incorporated by reference and full text, addressing various regulations such as SAM registration, ownership, telecommunications equipment prohibitions, small business subcontracting limitations, and other federal acquisition requirements. Attachments include the PWS, EPL, QASP for the ICIDS Security Suite, and solicitation instructions. Payment will be made by Electronic Funds Transfer (EFT).
    This addendum outlines the submission requirements and evaluation criteria for government proposals, emphasizing a Lowest Price Technically Acceptable (LPTA) award process. Offerors must submit detailed technical and price proposals, adhering to strict formatting, page limits, and electronic submission guidelines. Key instructions include identifying Organizational and Consultant Conflicts of Interest (OCCI), providing comprehensive contract documentation, and ensuring proposals are virus-free and accessible. Proposals are evaluated on technical/management factors, specifically ICIDS technical qualification and configuration management, and price reasonableness. The government reserves the right to award without discussions, making initial submissions critical. Section 508 accessibility standards are mandatory, and non-compliance may lead to disqualification.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Residential Modular SCIF
    Buyer not available
    The Defense Information Systems Agency (DISA) is seeking to negotiate a sole source contract with Centurion Consulting LLC for the acquisition of a new modular Sensitive Compartmented Information Facility (SCIF) to be installed in a residence within the National Capital Region (NCR). The SCIF must comply with stringent standards, including Intelligence Community Directive (ICD) 705, a Sound Transmission Class (STC) rating of 56, and Transient Electromagnetic Pulse Emanation Standards (TEMPEST), while also incorporating an Intrusion Detection System (IDS) that meets Underwriters Laboratories (UL) 2050 standards. This procurement is critical as it ensures compatibility with existing systems and facilitates rapid redeployments and reconfigurations, given that Centurion Consulting LLC is the only vendor capable of providing the necessary components and services. Interested parties who believe they can meet these requirements must submit a capability statement within 7 days of this notice to Ms. Karoline Schmal at karoline.k.schmal.civ@mail.mil, as no formal solicitation will be posted due to the sole source nature of the contract.
    DCSA IS NIS-CVS Request for Information
    Buyer not available
    The Defense Counterintelligence and Security Agency (DCSA) is seeking information from qualified contractors for National Industrial Security (IS) Compliance and Verification Services (NIS-CVS) through a Request for Information (RFI). The objective is to gather insights to refine procurement documentation for future solicitations, focusing on providing operational support in program management, technical analysis, risk identification, and oversight of security databases related to the National Industrial Security Program (NISP). This initiative is crucial for ensuring the protection of classified information within the defense industrial base and enhancing the effectiveness of security measures in an evolving environment. Interested vendors must submit their responses, including a completed RFI Response Form and pricing estimates, by December 12, 2025, with questions due by December 3, 2025. For further inquiries, contact Rory Page at rory.j.page.civ@mail.mil or Grant Reeves at grant.d.reeves3.civ@mail.mil.
    Counter-Unmanned Aircraft Systems (C-UAS) Combined Synopsis/Solicitation
    Buyer not available
    The Department of Homeland Security (DHS) is seeking proposals for the Counter-Unmanned Aircraft Systems (C-UAS) Combined Synopsis/Solicitation, identified as RFP No. 70RDA226R00000001. This procurement aims to establish a Multiple-Award Indefinite-Delivery, Indefinite-Quantity (IDIQ) contract, with a maximum ceiling of $1.5 billion, to provide C-UAS capabilities that address the evolving threats posed by unauthorized unmanned aircraft systems. The contract is divided into two tracks: Track 1 focuses on Hardware/Software and Ancillary Services, while Track 2 encompasses Comprehensive Services, including turnkey solutions and system integration. Interested parties must submit their proposals by December 8, 2025, and can direct inquiries to Leslie Kenser at Leslie.Kenser@hq.dhs.gov or Bjorn Miller at bjorn.miller@hq.dhs.gov for further information.
    Draft RFP - Capacity Services Communications III
    Buyer not available
    The Department of Defense, through the Defense Information Systems Agency (DISA), is seeking industry feedback on a draft Request for Proposal (RFP) for the Capacity Services Communications III contract. This indefinite delivery/indefinite quantity (ID/IQ) contract aims to provide reliable and cost-effective communication infrastructure services, including hardware, software, and technical services, to enhance DISA's communication capabilities at various locations. The contract is crucial for ensuring the scalability, security, and modernization of communication infrastructure, particularly for data centers and hybrid-cloud solutions. Interested parties can direct their inquiries to Shaun Bright or Tyme Sampson via email, and should note that the government will not accept proposals in response to this draft RFP.
    Replacement/installation of an Intrusion Detection System (IDS) at United States Citizenship & Immigration Services Building located at 12500 Tukwila International Blvd. Tukwila, WA 98168-2505.
    Buyer not available
    The U.S. Department of Homeland Security (DHS), through the Federal Protective Service (FPS), is seeking qualified contractors for the replacement and installation of an Intrusion Detection System (IDS) at the United States Citizenship & Immigration Services Building located in Tukwila, Washington. The project requires the contractor to complete the installation in accordance with the provided Statement of Work, with a firm-fixed-price contract structure and a completion timeline of 90 calendar days following the Notice to Proceed. This procurement is a 100% small business set-aside, emphasizing the importance of security systems in safeguarding federal facilities. Interested contractors must be registered with the System for Award Management (SAM) and can direct inquiries to Contract Specialist Thomas Westlake at Thomas.Westlake@fps.dhs.gov, with RFQ documents expected to be issued around November 24, 2025.
    Protecting Army Modernization and Supply Chains- Commercial Solutions Opening (CSO)
    Buyer not available
    The Department of Defense, through the Army Contracting Command, is seeking innovative solutions to enhance cybersecurity within the Defense Industrial Base (DIB) as part of the Protecting Army Modernization and Supply Chains initiative. This opportunity invites proposals for automated cybersecurity measures that comply with critical standards such as NIST controls and Cybersecurity Maturity Model Certification (CMMC), aimed at supporting small businesses in mitigating cyber threats while ensuring the protection of intellectual property and secure access. The initiative is crucial for safeguarding defense technologies and ensuring the rapid delivery of military capabilities, with submissions accepted until March 6, 2030. Interested parties can contact the Army NCODE Team at usarmy.apg.acc.mbx.dc3oe-ncode-cso@army.mil for further information.
    Defense Information Systems Agency (DISA) Commercial Solutions Opening (CSO) - Other Transactions for Prototype Projects
    Buyer not available
    The Defense Information Systems Agency (DISA) is inviting proposals for its Commercial Solutions Opening (CSO) HC108425S0001, aimed at fostering innovative commercial technologies through prototype projects. This initiative seeks to partner with both traditional and nontraditional defense contractors, as well as nonprofit organizations, to enhance defense capabilities while bypassing standard Federal Acquisition Regulations under the authority of 10 U.S.C. § 4022. The CSO outlines a three-phase evaluation process that includes submitting Solution Briefs, participating in Pitch sessions, and submitting full proposals for selected candidates, emphasizing technical merit and innovation aligned with specific Areas of Interest (AOIs). Interested parties can reach out to the DITCO OTA Mailbox at disa.scott.ditco.mbx.ps84-other-transaction-authority@mail.mil for further information, noting that awards will depend on available funding and may lead to follow-on production contracts for successful prototypes.
    Trusted System SIPR Guard
    Buyer not available
    The Department of Defense, specifically the Department of the Navy, is seeking procurement for the Trusted System SIPR Guard, which falls under the category of IT and Telecom - Security and Compliance Products. This opportunity aims to acquire hardware and perpetual license software necessary for the SIPR Guard system, which is crucial for maintaining secure communications within military operations. Interested vendors can reach out to the primary contact, Cynthia Bernardez, at cynthia.bernardez@usmc.mil or by phone at 760-830-5110, or the secondary contact, Patrick L. Doyle, at patrick.doyle@usmc.mil or 760-830-5115, for further details regarding the procurement process.
    PROVIDE, INSTALL, AND MAINTAIN AN INTERNET SERVICE WITH A MINIMUM OF 10 MEGABIT UP AND DOWNLOAD SPEEDS IN PHILADELPHIA, PA
    Buyer not available
    The Department of Defense, through the Defense Information Systems Agency (DISA), is seeking proposals from qualified small businesses to provide, install, and maintain an internet service with a minimum of 10 megabit upload and download speeds in Philadelphia, PA. This procurement is a controlled access requirement, and interested entities must possess a DITCO Basic Agreement to access the solicitation documents, which will be available via the IDEAS platform. The selected contractor will play a crucial role in ensuring reliable telecommunications services, which are essential for various defense operations. Proposals are due by the specified deadline, and interested parties should contact Sara Sopiars at sara.l.sopiars.civ@mail.mil or Emily Etter at emily.a.etter.civ@mail.mil for further information.
    IDS C2 Basic Support Plan
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking to procure the IDS C2 Basic Support Plan software through a sole source order. This procurement is aimed at acquiring essential IT management tools and products, which are critical for the effective operation and management of defense-related IT systems. The awarded contract will be executed in Ohio, with further details available in the attached redacted Justification and Approval (J&A) document. Interested parties can reach out to Travis Hoefler at travis.hoefler@us.af.mil or Richard T. Saltsman at richard.saltsman@us.af.mil for additional information regarding this opportunity.