Intrusion Detection System (IDS) Monitoring Services
ID: PANRSA25P0000025025Type: Special Notice
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW6QK AATD CONTR OFFFORT EUSTIS, VA, 23604-5577, USA

NAICS

Security Systems Services (except Locksmiths) (561621)

PSC

TECHNICAL REPRESENTATIVE- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS (L063)

Set Aside

No Set aside used (NONE)
Timeline
    Description

    The Department of Defense, specifically the Army Contract Command at Fort Eustis, Virginia, intends to award a sole-source contract for Intrusion Detection System (IDS) Monitoring Services to Johnson Controls Security Solutions, LLC. The procurement aims to secure support services for the existing IDS, which is critical for maintaining security at the facility, with a total contract value of approximately $70,811.37 for a base year and four optional years. This sole-source justification is based on the unique qualifications of the current provider, as transitioning to a new vendor would incur significant costs and potential security risks. Interested parties with the capability to meet these requirements must respond by 12:00 Noon EST on August 4, 2025, to the primary contacts, Deanna Van Cleaf and James M. Drak, via the provided email addresses.

    Point(s) of Contact
    Files
    Title
    Posted
    This document outlines the justification for limiting sources in federal procurement under the General Services Administration's Federal Supply Schedule. It establishes that sole-source procurement is permissible when justified by the contracting officer and requires a detailed rationale for why only one source can meet the government’s needs. Specific information required includes purchase requests, project/task numbers, service descriptions, and circumstances that necessitate limiting competition. In this particular case, the maintenance and monitoring service for an existing Intrusion Detection System, valued at $70,811.37, is justified as a sole-source procurement due to the unique qualifications of the current provider, JCI. Switching to another vendor would necessitate costly installation of new equipment and risk security vulnerabilities for the facility during transition. The document emphasizes the importance of avoiding delays in security monitoring and the financial implications of supplier changes. A follow-on action to a previously competed order is noted, signifying continuity in service. The summary includes signatures from both the customer and contracting officer, emphasizing the formal approval for this sole-source limitation.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Intent to Sole Source
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE) Buffalo District, intends to award a sole-source contract to Williams Electric Co. Inc. for the continued monitoring, maintenance, and service of the Electronic Security System (ESS) at the Niagara Falls Storage Site (NFSS) in Lewiston, New York. The contract will encompass a range of services including the upkeep of Intrusion Detection Systems (IDS), Electronic Entry Control Systems (EECS), Closed Circuit Television (CCTV), and other critical subsystems, with a requirement for 24/7 monitoring and adherence to strict security protocols. The estimated contract value is between $500,000 and $1,000,000, with a firm fixed price structure for one year and four optional extensions. Interested firms are encouraged to provide their qualifications and relevant information to Douglas Smith at douglas.smith@usace.army.mil or Tyrone Palaganas at tyrone.b.palaganas@usace.army.mil.
    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.
    Justification for Sole Source Contract for NCIS Cyber Directorate Support Services
    Buyer not available
    The Department of Defense, specifically the Naval Supply Systems Command Fleet Logistics Center Norfolk, is seeking to issue a sole source contract for Cyber Directorate Support Services to ManTech Advanced Systems International, Inc. This procurement aims to provide essential IT management support services for the Naval Criminal Investigative Service (NCIS) Cyber Directorate, ensuring the effective operation and security of cyber-related initiatives. The justification for this sole source contract highlights the critical nature of these services in supporting national defense operations. Interested parties can reach out to Jacob Segal at jacob.a.segal.civ@us.navy.mil or call 215-697-9813 for further details regarding this opportunity.
    DRRS Sustainment and Maintenance Sole Source J&A
    Buyer not available
    The General Services Administration (GSA) is seeking to award a sole source contract for the sustainment and maintenance of the Defense Readiness Reporting System-Strategic (DRRS-S). This contract will encompass all aspects of operation, maintenance, training, help desk services, and management support for the DRRS-S, including cybersecurity, systems engineering, integration, and system testing, to meet the evolving needs of the Department of Defense (DoD). The contract is intended as a 12-month bridge solution while the DoD develops a long-term requirement for the DRRS-S program, with justification for other than full and open competition based on the need for specialized services that would incur substantial duplication of costs or unacceptable delays if sourced elsewhere. Interested parties can contact Robert Johnson at robert.f.johnson@gsa.gov or 913-271-2291 for further details.
    Integrated Security Services Contract 5 (ISSC)
    Buyer not available
    The Department of Defense, through the Washington Headquarters Services, is seeking vendors for the Integrated Security Services Contract 5 (ISSC) to provide comprehensive electronic and physical security systems for various DoD facilities. This non-personal services contract is structured as a Firm Fixed Price Performance Based Indefinite Delivery/Indefinite Quantity (IDIQ) with a potential value not to exceed $475 million and a performance period of up to ten years, focusing on maintaining, repairing, installing, and supporting security systems such as access control, intrusion detection, and video surveillance. Interested firms must possess a Top Secret Facility Clearance and submit capability statements by December 12, 2025, detailing their administrative information, technical capabilities, and subcontracting plans. For further inquiries, vendors can contact Saba Samuels at saba.samuels.civ@mail.mil or Roya Sterner at roya.m.sterner.civ@mail.mil.
    J041--J041--Notice of Intent to Sole Source Support for JCI Metasys Building Automation System (BAS)
    Buyer not available
    The Department of Veterans Affairs, specifically the National Contracting Office No. 16, intends to award a sole-source contract to Johnson Controls, Inc. (JCI) for support services related to the Metasys Building Automation System (BAS) at the Overton Brooks VA Medical Center in Shreveport, LA. The contract will cover on-site scheduled services, including upgrades from Revision 12 to 14, preventative and corrective maintenance, and functional training for VA HVAC technicians, with a focus on maintaining the integrity of the existing system. This procurement is critical as JCI is the original equipment manufacturer, ensuring that the services provided meet the specific requirements of the existing equipment. Responses to this notice are due by December 9, 2025, at 10:00 AM CST, and interested parties may contact Alan Scanio, the Contract Specialist, via email at alan.scanio@va.gov for further information.
    4120--HVAC Controls Equipment - Install
    Buyer not available
    The Department of Veterans Affairs, Network Contracting Office (NCO) 16, intends to award a Sole Source, Firm-Fixed Price contract to Johnson Controls Inc. for the installation of Direct Digital Control (DDC) equipment at the G.V. (Sonny) Montgomery VA Medical Center in Jackson, MS. This procurement is necessitated by the proprietary nature of Johnson Controls' Metasys system and control equipment, which has been confirmed through market research as the only responsible source capable of fulfilling the agency's requirements. Interested parties may express their interest and capability to meet this requirement by submitting compelling evidence to the primary contact, Andrew T Misfeldt, at andrew.misfeldt@va.gov by 10:00 AM CST on December 15, 2025. The estimated value of this acquisition is below $250,000, and it is crucial for potential vendors to be registered in the System for Award Management (SAM) and the VetBiz Registry if applicable.
    J063--FY26 Lenel S2 Security System Support Five (5)-Year Indefinite Delivery Contract (IDC) for VA Coatesville. Brand Name Only.
    Buyer not available
    The Department of Veterans Affairs (VA) is seeking proposals for a five-year Indefinite Delivery Contract (IDC) for Lenel S2 Security System Support at the Coatesville VA Medical Center, specifically for brand-name-only products. The procurement includes a comprehensive service package that covers a PRO SUSP PLAN for 513-1024 readers, technical support, and Verizon monthly router service for remote support, with a total performance period extending from December 8, 2025, to September 30, 2030. This contract is a 100% set-aside for Certified Veteran-Owned Small Businesses (VOSBs) and emphasizes compliance with VA regulations regarding subcontracting limitations. Interested parties must submit their proposals by December 15, 2025, at 3:00 PM ET, and can direct inquiries to Contract Specialist Allan Tabliago at allan.tabliago@va.gov.
    JRE Help Desk
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, intends to award a sole-source contract to Science Applications International Corporation (SAIC) for Joint Range Extension (JRE) help desk support and sustainment services. The procurement is justified under FAR Part 13, citing SAIC as the only responsible source capable of fulfilling the requirements for the JRE-3081, JRE-3171, JRE-3172, and JRE-13240 systems. This contract is crucial for maintaining operational readiness and support for the Air Combat Command's systems. Interested parties who believe they can meet these requirements are invited to submit a capability statement to SSgt Tierra Brown at tierra.brown.1@us.af.mil by September 9, 2025, at 4:00 PM ET, as late submissions will not be considered.
    Justification for Exception to Fair Opportunity
    Buyer not available
    The Department of Defense, specifically the Defense Counterintelligence and Security Agency, is issuing a Justification for Exception to Fair Opportunity under FAR 16.505(b)(2)(i)(C). This procurement aims to address specific needs that necessitate an exception to the standard competitive process, highlighting the unique circumstances surrounding the requirement. The justification underscores the importance of maintaining operational integrity and security within the agency's mission. For further inquiries, interested parties can contact John Richardson at john.a.richardson44.ctr@mail.mil or Ms. Shelly Thieme at Shelly.L.Thieme.civ@mail.mil.