US Army MIRC IDS & ACS Maintenance
ID: W15QKN25R11VNType: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW6QK ACC-PICAPICATINNY ARSENAL, NJ, 07806-5000, USA
Timeline
  1. 1
    Posted Dec 4, 2024, 12:00 AM UTC
  2. 2
    Updated Dec 4, 2024, 12:00 AM UTC
  3. 3
    Due Dec 11, 2024, 7:00 PM UTC
Description

The Department of Defense, through the U.S. Army Contracting Command – New Jersey, is seeking proposals from small businesses for the maintenance of Intrusion Detection Systems (IDS) and Access Control Systems (ACS) at various Army Reserve Intelligence Support Centers (ARISC). The contractor will be responsible for providing preventative maintenance, repair services, and ensuring compliance with Intelligence Community Directive specifications, with a focus on maintaining high-security standards at critical facilities. This procurement is vital for enhancing security measures within Army installations, reflecting the government's commitment to utilizing small businesses while adhering to federal acquisition guidelines. Proposals are due by March 31, 2025, and interested parties should contact William Campbell at william.j.campbell249.civ@army.mil for further information.

Point(s) of Contact
Files
Title
Posted
Apr 3, 2025, 8:05 PM UTC
The Department of the Army, through the U.S. Army Contracting Command – New Jersey, has issued a Request for Proposal (RFP) W15QKN25R11VN for maintenance support of Intrusion Detection Systems (IDS) and Access Control Systems (ACS) at various Army Reserve Intelligence Support Centers (ARISC). The RFP seeks proposals from small businesses to provide preventative maintenance, repair services, and ensure compliance with Intelligence Community Directive specifications. The contract will be a Firm-Fixed Price with a 12-month base period and four optional renewal years. Offerors must submit responsive proposals that demonstrate technical capability and pricing that is considered fair and reasonable. The evaluation will focus on technical acceptability and price, awarding only to those deemed technically acceptable. Proposals are due by March 31, 2025, and must include necessary registrations in the System for Award Management (SAM) and billing through Wide Area Workflow (WAWF). This RFP reflects the government’s efforts to modernize security measures within Army facilities and underscores its commitment to utilizing small businesses while adhering to federal acquisition guidelines.
Apr 3, 2025, 8:05 PM UTC
The document outlines the Contract Data Requirements List (CDRL), specifically DD Form 1423-1, designed for collecting and specifying data requirements related to federal contracts. It emphasizes the importance of accurate documentation for data items such as Technical Data Packages (TDP) and Technical Manuals (TM) related to government contracts. Key sections address various items, including contract information, data item titles, category specifications, submission deadlines, and required formats for data delivery. The form requires details on data acquisition authority, contractor responsibilities, and the potential need for multiple submissions based on project changes. It clarifies requirements for inspection, approval processes, and distribution of data items. Additionally, it categorizes related costs into four distinct price groups based on the essentiality and preparatory work required. This structured approach aids in ensuring that contractors fulfill their data obligations efficiently while complying with government standards. The overall aim is to streamline document submissions and enhance communication between contractors and government agencies, promoting accountability and thoroughness in data management.
Apr 3, 2025, 8:05 PM UTC
The DD Form 1423-1 serves as the Contract Data Requirements List (CDRL) for federal government acquisitions, facilitating the collection and management of contractual data items. The form outlines essential data requirements, including the contractor's information, system or item description, and submission timelines. It categorizes data into technical data packages (TDP), technical manuals (TM), or others, and mandates delivery in formats compatible with government systems, like MS Office or PDF. The Preventive Maintenance Schedule is a significant aspect that must detail work performed, material delivery, and timelines. Specific blocks instruct the contractor on submission frequency, requirements for acceptance, and distribution details. The document also describes various price groups related to data item development, emphasizing cost estimation related to data required by the government. Overall, the form is designed to streamline the process of tracking critical data necessary for contract fulfillment, ensuring compliance with government standards while detailing both the contractor's responsibilities and the government's expectations for data quality and timeliness.
Apr 3, 2025, 8:05 PM UTC
The DD Form 1423-1 is a Contract Data Requirements List utilized by the Department of Defense for documenting essential data items associated with government contracts. It includes specific fields for contract line items, item categories (such as Technical Data Packages), and requirements for data submission frequency and distribution. The form aims to streamline the process of data item generation and compliance, detailing timelines for submissions and technical specifications required from contractors. Key components include specifications for file compatibility, data item titles, authorities under which data is collected, and instructions for completion, both for government personnel and contractors. The document categorizes data into different price groups based on their relevance to contractor performance, assisting in estimating costs associated with data requirements. Overall, the DD Form 1423-1 plays a critical role in ensuring that all necessary data related to defense contracts is systematically collected, submitted, and approved, facilitating effective management and oversight of contract deliverables.
The document details the DD Form 1423-1, which serves as a Contract Data Requirements List (CDRL) used by the Department of Defense (DoD) to collect information about contract data items. Specifically, it outlines the requirements for data submissions including corrective maintenance and service reports. The form includes sections for specifics such as contract line item numbers, contractor details, data item titles, and submission details, ensuring compliance with government standards and procedures. Key requirements include delivering files in recognized formats compatible with US government systems and adherence to timelines for training records and repair reports. The document also elaborates on price groups that determine costs associated with data item submissions, ranging from essential to minimal effort data requirements. This CDRL process facilitates organized data collection and management within federal contracts while promoting accountability and clarity throughout contractual obligations.
Apr 3, 2025, 8:05 PM UTC
The document outlines the specifications required for security equipment at SEARISC in Forest Park, GA. It details the equipment needed, including alarm panels, motion detectors, high-security door contacts, and cellular modem interfaces, specifying quantities and models for each item. These include a main DMP Kit controller and various types of motion detectors, indicating a focus on comprehensive security enhancements. Additionally, it highlights the need for supplementary equipment such as zone expansion units, tamper switches, and batteries across multiple IDF rooms, emphasizing the goal of establishing robust security infrastructure. The overall aim of this request is to source the necessary equipment for effective security system implementation that adheres to federal guidelines within a government context. This summary illustrates the essential needs for safeguarding facilities, stressing the importance of high-security configurations and compliance with standards.
Apr 3, 2025, 8:05 PM UTC
The document outlines a Request for Proposal (RFP) for security equipment required at NEARISC, Fort Dix, NJ. It details the specific models and quantities of equipment necessary for enhancing security protocols. The list includes items such as a UL 2050 certified alarm panel, various motion detectors, high-security door contact switches, and a touchscreen keypad. Additionally, the proposal specifies requirements for batteries, a network interface, zone expansion units, and a Windows OS workstation. The emphasis on high-security features and equipment sourced from the U.S. underlines the commitment to stringent security measures. This RFP illustrates the need for advanced security systems, reflecting the responsibilities of governmental entities to ensure safety and protect assets through thorough planning and adherence to standards in procurement.
Apr 3, 2025, 8:05 PM UTC
The document outlines the equipment requirements for a security system installation at the MIRC HQ in Fort Belvoir, VA. The main focus is on procuring specific high-security items, including a certified alarm panel, a downstream attack-resistant enclosure, numerous motion detectors, door contact switches, and a touchscreen keypad. In total, the request specifies various quantities for each item, emphasizing the need for security measures compliant with federal standards. Additionally, it mentions a cellular modem interface, networking solutions, tamper switches, batteries, and transformers necessary for proper system functionality. The intent of this request aligns with federal procurement processes, aiming to ensure enhanced security at a critical government facility by integrating state-of-the-art alarm and monitoring technologies. This procurement highlights the importance of maintaining facility safety standards in response to evolving security threats.
Apr 3, 2025, 8:05 PM UTC
The document addresses maintenance and repair requirements for specific security systems used by federal entities, detailing the models and agreements involved in their upkeep. The Intrusion Detection System (IDS) is identified as a DMP XR550, while the Access Control System (ACS) is a Lenel system. Proposals for service are to be structured as Firm-Fixed Price Contracts with Cost Reimbursable elements for materials, ensuring planned inspections are included. Additionally, the document discusses subcontracting options, highlighting that prime contractors may utilize subcontractors for certain locations, provided they adhere to limitations outlined in the Federal Acquisition Regulation (FAR) 19 related to Small Business Programs. This structure supports compliance and oversight, ensuring contractors meet service requirements effectively. Ultimately, the document serves as a guideline for responding to government solicitation within the regulatory framework.
Dec 4, 2024, 3:39 PM UTC
The Performance Work Statement (PWS) outlines the requirements for a non-personal services contract to maintain the Intrusion Detection System (IDS) and Access Control System (ACS) at various Army Reserve Intelligence Support Centers (ARISCs) and HQs. The contractor is responsible for all personnel, supplies, and services necessary for maintenance, following specific technical standards to safeguard sensitive information. Key objectives include regular maintenance per manufacturer guidelines, providing a customer web portal, and ensuring prompt emergency response times based on issue severity, ranging from four hours for critical failures to five days for minor issues. The contract will be awarded as a Firm Fixed Price, covering a base period of 12 months with four optional extensions. The contractor must maintain security protocols, including employee identification and training, while adhering to quality control standards monitored by a Contracting Officer Representative (COR). Deliverables include a maintenance schedule, break-fix reports, and an annual inventory of equipment. This contract is vital for ensuring that security systems remain operational and up-to-date, supporting intelligence operations for the U.S. Army and affiliated agencies.
Apr 3, 2025, 8:05 PM UTC
The Performance Work Statement (PWS) outlines the requirements for a non-personal services contract for maintaining Intrusion Detection Systems (IDS) and Access Control Systems (ACS) at Army Reserve Intelligence Support Centers and related facilities. The contractor is responsible for providing personnel, tools, and emergency response services, following strict quality control measures and technical specifications. The scope includes maintenance in adherence to manufacturer recommendations, a customer web portal, and timely servicing based on severity levels defined for emergencies. The contract spans five years, with the potential for additional performance indicators such as a Project Manager, training requirements, and compliance with security protocols. These efforts aim to ensure the facilities remain compliant with sensitive information security standards, enabling continuous support for military intelligence operations while safeguarding government property and data. The document emphasizes the contractor's accountability, quality assurance protocols, and reporting requirements, establishing a clear framework for effective contract performance and oversight.
Apr 3, 2025, 8:05 PM UTC
The Quality Assurance Surveillance Plan (QASP) outlines the oversight procedures for the maintenance and support of the Intrusion Detection System (IDS) and Access Control System (ACS) at the Military Intelligence Readiness Command (MIRC). Its primary purpose is to ensure the contractor delivers quality services that meet contractual standards while holding them accountable for any deficiencies. Key aspects include the contractor's obligations for maintenance, the government’s role in monitoring performance, and the procedures for corrective action requests (CARs) in response to non-compliance. The document details various surveillance methods, including inspections and customer feedback, and emphasizes the importance of documenting contractor performance through monthly status reports. Additionally, a risk-based approach to surveillance scheduling and checklists is applied, ensuring that performance standards are met effectively. Moreover, it addresses the need for data analysis to identify trends that may influence service quality, establishing a framework for quality management. By adhering to these protocols, the QASP aims to enhance contractor performance while safeguarding government interests.
Apr 3, 2025, 8:05 PM UTC
This document outlines the equipment specifications required for a security system at the NCARISC facility in Fort Sheridan, IL. The list includes essential components necessary for enhancing site security, such as a high-security alarm panel, motion detectors, high-security door contacts, and sirens. Specifically, the equipment needed encompasses items like an XR550DEAG DMP Kit (1 unit), various Bosch motion detectors (3 units of DS9360 and 5 units of SC-BDL2-W12G), and tamper switches (3 units). Additional components specified include a cellular modem interface, battery systems, and a zone expansion unit for extended coverage. The outlined security features emphasize high security, resilience to attacks, and comprehensive surveillance capabilities. This procurement is part of a broader initiative to enhance security measures at government facilities, adhering to federal standards for safety and security operations.
Apr 3, 2025, 8:05 PM UTC
The document outlines a Request for Proposal (RFP) for equipment needed at the NEAEISC facility in Fort Devens, MA. It specifies the required items, including security systems such as an Alarm Panel, motion detectors, high-security keypads, and door contact switches, with detailed quantities stated for each. Additional components include a cellular modem, extensive locking mechanisms, video surveillance cameras, and troubleshooting equipment for existing systems. The purpose of this procurement is to enhance security infrastructure at this federal installation, focusing on advanced, compatible technologies produced in the U.S. The comprehensive list highlights the emphasis on high-security measures and the operational integrity of safety protocols at the facility. Each entry notes the necessity for supply chain assurance, particularly with items crafted domestically, underscoring government priorities for security and local manufacturing. This RFP serves as a crucial step towards upgrading defense strategies and safeguarding personnel and physical assets within the specified location.
Apr 3, 2025, 8:05 PM UTC
The document outlines the equipment requirements for a security and access control system at the Nearisc facility in Fort Meade, MD. Key components include a UL 2050 certified alarm panel, a high-security door contact switch, multiple advanced keypads, and a variety of lenel systems for controlling access across ten doors. Additional requirements feature battery systems, surveillance equipment such as 360-degree panoramic cameras, and exterior PTZ cameras. The document specifies necessary quantities and models for each item, emphasizing the need for high-security technology compliant with rigorous standards, including encryption and tamper-resistant features. The request aligns with broader government initiatives for enhanced physical security infrastructure in federal projects.
Apr 3, 2025, 8:05 PM UTC
The document details the equipment required for a security system installation at SEARISC in Orlando, FL. The procurement includes an array of security devices, such as a UL 2050 certified alarm panel with encryption, a downstream attack-resistant enclosure, various types of Bosch motion detectors, high-security door contact switches, and a high-security touchscreen keypad. Additional components include a cellular modem interface, battery supply, plug-in transformer, zone expansion unit, and both interior and exterior sirens. The procurement is structured in a list format, detailing each required item with specifications and quantities, indicating the emphasis on high-security measures. This RFP aligns with federal and state initiatives to enhance facility security infrastructure, particularly in high-stakes environments. The outlined equipment and technologies indicate a focus on compliance with security standards necessary for safeguarding sensitive facilities and personnel. Overall, this document serves to inform potential vendors of specific needs in the bidding process for a federally funded security system project.
Apr 3, 2025, 8:05 PM UTC
The document outlines the required equipment and specifications for a security system installation at SWARISC in San Antonio. It includes a detailed list of items needed, namely: three UL 2050 Certified alarm panels with encryption, three downstream attack-resistant enclosures, motion detectors (six 360-degree and eight 90-degree units), twenty-one high-security door contact switches, and six high-security touchscreen keypads. Additionally, the procurement specifies three cellular modem interfaces, three network interface units, nine tamper switches, batteries, battery harnesses, plug-in transformers, and three zone expansion units. The objective is to enhance the facility's security measures consistent with federal standards. The emphasis on high-security equipment types and specific quantities indicates a structured approach to meet safety protocols. Overall, this procurement is vital for improving the site’s security infrastructure in compliance with governmental security requirements, ensuring reliability and effectiveness in protection against potential threats.
Apr 3, 2025, 8:05 PM UTC
The document outlines specifications for the installation and components of an alarm system for secure facilities, primarily focusing on the WARISC Alarm System and related IDS equipment. It details the necessary parts, including batteries, keypads, control panels, zone expanders, and supplementary materials, emphasizing both existing and customer-supplied components. Each section specifies quantities and models for devices required for effective installation, such as graphic touchscreen keypads and 12V battery systems. Additionally, it notes that labor for wiring alarm and tamper circuits will be provided by a third party (S101). The comprehensive layout indicates not only the components involved but also the installation processes required for various designated locations within the facilities. The document serves as a technical guide for fulfilling federal or local RFPs concerning security infrastructure enhancements.
Apr 3, 2025, 8:05 PM UTC
The document outlines a solicitation for equipment needed for a security enhancement project in Phoenix, AZ. The required equipment includes various alarm systems such as a UL 2050 certified alarm panel with encryption, motion detectors, high-security door contact switches, and touchscreen keypads. Specific models and quantities are listed, indicating the need for two alarm panels, multiple motion detectors (including 360-degree and 90-degree types), high-security switches, and a cellular modem, among others. The equipment is specified to be sourced from the US. This solicitation is indicative of a federal or local government initiative aimed at upgrading security infrastructure, emphasizing the importance of compliance with security standards and advanced technologies for enhanced protection. The detailed equipment list underscores a structured approach to procurement, ensuring all necessary components for an effective security system are accounted for.
Lifecycle
Title
Type
Combined Synopsis/Solicitation
Sources Sought
Similar Opportunities
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. This procurement aims to furnish, outfit, and install a brand name system, specifically Honeywell International Inc.'s Lenel products, to ensure compatibility with existing security measures and compliance with regulatory standards. The initiative is critical for enhancing building security and addressing vulnerabilities, with a focus on supporting small business participation, particularly service-disabled veteran-owned and economically disadvantaged women-owned small businesses. Proposals are due by April 16, 2025, with inquiries accepted until April 11, 2025; interested parties can contact Justin Clark at justin.t.clark6.civ@us.navy.mil or Morgan Olszak at morgan.e.olszak.civ@us.navy.mil for further information.
CAC Refresh
Buyer not available
The Department of Defense, specifically the Army Contracting Command in New Jersey, is soliciting proposals for a firm fixed price contract titled "CAC Refresh." This opportunity is a total small business set-aside and involves commercial and institutional building construction, with a focus on the maintenance of office buildings as outlined in the attached Statement of Work (SOW). The contract is significant for ensuring the upkeep and functionality of Army facilities, with an estimated start date of approximately May 30, 2025. Interested parties should direct inquiries to Bryan Thompson at bryan.e.thompson20.civ@army.mil or 520-687-5375, or Stephanie Howell at stephanie.m.howell2.civ@army.mil or 609-562-5335, and must adhere to the specified response date for proposals.
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.
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.
Control Systems Governance Office Technical and Program Support
Buyer not available
The Department of Defense, specifically the U.S. Army's Control Systems Governance Office (CSGO), is seeking qualified contractors to provide technical and program support services. The procurement focuses on management and professional services, including program support, data integration, and operational technology expertise, aimed at enhancing control systems governance and compliance within the Army. This opportunity is particularly significant as it aims to establish a small business set-aside, contingent upon receiving responses from two or more qualified small businesses, with an anticipated contract duration of one base year and three optional years. Interested parties must submit their capabilities statements by April 14, 2025, and can direct inquiries to Lexus Robinson at lexus.r.robinson2.civ@army.mil or Stephen Fuller at stephen.b.fuller4.civ@army.mil.
Purchase/Install Intrusion Detection System (IDS)
Buyer not available
The Department of Homeland Security (DHS), specifically 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 entails the removal of the existing IDS and the installation of a new system, which includes components such as an alarm control panel, keypads, and wireless transmitters, to enhance security measures at the facility. This procurement is critical for modernizing security infrastructure to protect federal personnel and assets, ensuring compliance with federal regulations regarding telecommunications equipment. Interested vendors must submit their quotes by April 15, 2025, and are encouraged to attend a site visit on February 4, 2025, with questions directed to primary contacts James Austin and Marcus Mason via email.
Lenel Maintenance Package
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for a Lenel Maintenance Package to support the Lenel Access Control System (ACS) at Eglin Air Force Base in Florida. This contract aims to ensure the operational efficiency of security systems across 30 secure facilities, requiring comprehensive maintenance services, including 24/7 technical support, preventative maintenance, and software updates. The procurement is particularly significant due to the sensitive nature of security operations, necessitating authorized vendors for repairs and maintenance. Interested bidders, particularly Women-Owned Small Businesses, must submit their proposals by April 17, 2025, at 1:00 PM, with the contract anticipated to commence on May 1, 2025, and run for one year. For further inquiries, potential bidders can contact A1C Emily Newton at emily.newton.1@us.af.mil or Erik Owens at erik.owens.8@us.af.mil.
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.
Security Support Services
Buyer not available
The Department of Defense, specifically the U.S. Army, is seeking qualified 8(a) firms to provide Security Support Services at the Aberdeen Proving Ground in Maryland. The procurement aims to secure contractors capable of managing classified and unclassified security actions, including access control, visitor screening, and maintaining security databases, in alignment with U.S. policies and Army regulations. These services are crucial for safeguarding government information and ensuring operational support within the Army's frameworks. Interested parties must submit their capability statements and responses by 10:00 A.M. EST on May 5, 2025, with an estimated contract value not to exceed $4 million and a performance period of three years. For inquiries, contact Pasqulita N. Jackson at pasqulita.n.jackson.civ@army.mil or Todd Strasavich at todd.m.strasavich.civ@army.mil.
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.