Fort Meade, MD INTEGRATED COMMERCIAL INSTRUSION DETECTION SYSTEM (ICIDS) MAINTENANCE CONTRACT
ID: W91QV125ICIDSSOlICITATIONType: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW6QM MICC-FT BELVOIRFORT BELVOIR, VA, 22060-5116, 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, through the U.S. Army Contracting Command, is soliciting proposals for the Integrated Commercial Intrusion Detection System (ICIDS) Maintenance Contract at Fort Meade, Maryland. This contract encompasses maintenance and cybersecurity services for Intrusion Detection and Automated Entry Control Systems, requiring contractors to perform inspections, routine testing, emergency repairs, and software updates over a 12-month period, with options for renewal. The initiative underscores the importance of maintaining robust security systems and engaging small businesses, particularly those that are service-disabled veteran-owned or women-owned, in fulfilling these critical services. Interested parties must submit their proposals by 12:00 PM on March 4, 2025, and can direct inquiries to Heidi Boyer at heidi.k.boyer.civ@army.mil or Jodi Woods at jodi.e.woods.civ@army.mil.

    Files
    Title
    Posted
    The Department of the Army's Mission and Installation Contracting Command (MICC) is conducting a competitive source selection for Request for Proposal (RFP) Number W91QV1-25-R-0023. They seek input on the past performance of offerors concerning recent and relevant contracts aligned with NAICS 561621. Identified contacts are asked to complete an enclosed questionnaire and return it by March 3, 2025. Completed responses should be emailed to designated contract officials. The information provided is crucial for the evaluation process, underscoring the importance of past performance in government contracting. This request reflects MICC's commitment to ensuring qualified bidders through a thorough assessment of their historical work with federal, state, and commercial contracts.
    The Past Performance Questionnaire is part of Federal Solicitation No: W91QV1-25-R-0023, designed to evaluate contractors based on their previous performance on contracts. The document outlines the necessary information, such as the contractor’s name, contract details, and agency that issued the contract, along with specifics of the project, including services provided and compliance with requirements. Key evaluation criteria include quality and timeliness of documentation, problem identification, compliance with terms, personnel responsiveness, safety adherence, quality control effectiveness, and overall performance rating. Respondents rate various performance factors on a scale from Excellent to Poor and express whether they would consider awarding a contract to the same contractor again. In addition to numerical ratings, the questionnaire allows for comments on any ratings of Fair or Poor, providing space for giving context or detail on contractor performance. The document seeks to ensure government RFPs are awarded based on reliable performance records, ultimately fostering accountability and quality in government contracting processes.
    The document is a solicitation from the federal government, specifically the U.S. Army Contracting Command, for maintenance and cyber security services related to Intrusion Detection and Automated Entry Control Systems at Fort Meade. The solicitation number is W91QV125R0023, and the offer submission deadline is set for 12:00 PM on March 4, 2025. Key services outlined in the request include performing inspections, maintenance, routine testing, and emergency repairs on these systems for a period of 12 months, renewable with options for subsequent years. The contractor is expected to provide software updates, manage scheduled scans for vulnerabilities, and conduct emergency repairs not exceeding $6,200 annually. The solicitation is labeled as a small business set-aside, inviting businesses categorized as service-disabled veteran-owned, women-owned, or small business concerns to bid. The document also includes instructions for submitting offers, evaluation criteria, and mandatory representations and certifications. It mandates adherence to federal acquisition regulations regarding telecommunications, cybersecurity, and compliance with competitive contracting standards. This solicitation exemplifies the government’s aim to engage with small businesses for crucial support services while maintaining regulatory requirements and promoting fair competition.
    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.
    Intrusion Detection System (IDS) - Install
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is planning to issue a sole source purchase order for the installation of an Intrusion Detection System (IDS) at a secured area entryway in Martinsburg, West Virginia. The procurement is intended to enhance security measures and is authorized under FAR 13.106-1(b), following Simplified Acquisition Procedures as outlined in FAR Part 13. The government intends to proceed with the order to Advantor Systems Corporation unless compelling evidence for competitive sourcing is provided by interested parties. For inquiries, interested vendors can contact SMSgt Christopher Broschart at christopher.broschart@us.af.mil or 304-616-5231, or Ryan E. Belfield at ryan.belfield@us.af.mil or 304-616-5412.
    7 SFS Vindicator
    Buyer not available
    The Department of Defense, through the 7th Contracting Squadron at Dyess Air Force Base, is seeking qualified contractors to provide and install a Honeywell Vindicator Intrusion Detection System for the Armory at Building 7232. The procurement involves a comprehensive installation, training, and maintenance of an Electronic Security System to enhance security for arms and munitions storage, structured in three phases: installation, training, and rigorous testing to ensure compliance with military standards. This initiative underscores the importance of advanced security systems in federal facilities, particularly in safeguarding sensitive materials. Interested vendors must submit their quotes by February 26, 2025, and can direct inquiries to Tyrie Tanaka at tyrie.tanaka@us.af.mil or TSgt Trevor Finch at trevor.finch.1@us.af.mil for further details.
    Cybersecurity Operations Facility at Fort Meade, Maryland
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking contractors for the construction of a Cybersecurity Operations Facility at Fort Meade, Maryland. This project falls under the NAICS code 236220, which pertains to Commercial and Institutional Building Construction, and aims to enhance the cybersecurity infrastructure critical for national defense operations. The facility will play a vital role in supporting various military and defense activities, ensuring robust cybersecurity measures are in place. Interested contractors can reach out to Aisha Boykin at aisha.r.boykin@usace.army.mil or Michael Getz at michael.j.getz@usace.army.mil for further details, with the presolicitation notice indicating that the procurement process is underway.
    Intrusion Detection Systems Preventive Maintenance and Trouble Call Services
    Buyer not available
    The Department of Defense, through the Naval Supply Systems Command (NAVSUP) Fleet Logistics Center Yokosuka, is soliciting proposals for Intrusion Detection Systems (IDS) preventive maintenance and trouble call services at the Naval Airborne Weapons Maintenance Unit One (NAWMU-1) located at Naval Base Guam. The contractor will be responsible for both planned and unplanned maintenance, ensuring compliance with UL 2050 standards, and will be evaluated based on price, technical capability, and past performance, with a preference for small businesses, particularly service-disabled veteran-owned and women-owned enterprises. This procurement is critical for maintaining robust security measures and operational readiness, with a service period that includes a base year and two option years, as well as the potential for a six-month extension. Interested parties can contact Joshua Tyquiengco at joshua.g.tyquiengco.civ@us.navy.mil or Jason Q. Perez at jason.q.perez.civ@us.navy.mil for further details.
    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.
    Purchase/Install Intrusion Detection System (IDS)
    Buyer not available
    The Department of Homeland Security (DHS), through the Federal Protective Service (FPS), 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 the existing IDS and the installation of a new system that will integrate with the General Services Administration (GSA) access control systems, enhancing security protocols within federal facilities. This procurement is critical for modernizing physical security infrastructure to protect personnel and assets, with proposals due by February 21, 2025, following a site visit on February 4, 2025. Interested contractors should direct inquiries to James Austin at james.austin@associates.hq.dhs.gov or Marcus Mason at marcus.l.mason@fps.dhs.gov.
    WCF Microwave Intrusion Detection Upgrade
    Buyer not available
    The Department of the Treasury, specifically the Bureau of Engraving and Printing, is soliciting proposals for the upgrade of the Microwave Intrusion Detection system at its Western Currency Facility in Fort Worth, Texas. The project involves the removal of the existing analog sensors and the installation of a new high-security volumetric perimeter detection system across approximately 5,700 linear feet, covering 20 zones, with a focus on quality control and compliance with federal regulations. This upgrade is crucial for enhancing security measures at a sensitive government facility, ensuring that all work adheres to established performance standards and operational protocols. Interested small businesses must submit their proposals by March 4, 2025, and can direct inquiries to Ariel Dillon at ariel.dillon@bep.gov.
    Door Access Control System Service/Maintenance
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking qualified contractors to provide service and maintenance for a Door Access Control System at the Natick facility in Massachusetts. The procurement aims to ensure the reliability and functionality of security systems, which are critical for safeguarding personnel and assets. This opportunity falls under the NAICS code 561621 for Security Systems Services and the PSC code J063 for maintenance and repair of alarm and security detection systems. Interested parties can reach out to Chris Welsh at richard.c.welsh2.civ@army.mil or call 508-206-2088 for further details.
    CIVIL WORKS BUSINESS INTELLIGENCE RISK MANAGEMENT FRAMEWORK CERTIFICATION AND CONTINUOUS MONTIORING
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE), is soliciting proposals for the Civil Works Business Intelligence (CWBI) Risk Management Framework (RMF) Certification and Continuous Monitoring contract. This procurement aims to enhance cybersecurity compliance and operational efficiency by providing support services related to RMF certification, continuous monitoring, and change management for approximately 140 CWBI components. The selected contractor will be responsible for maintaining existing Authority to Operate (ATO) documentation, conducting vulnerability assessments, and implementing cybersecurity training, with the contract structured for a base year and two optional extensions. Interested parties must submit their proposals by February 20, 2025, and can direct inquiries to Helen Jacobson at Helen.Jacobson@usace.army.mil or David A. Kaplan at david.a.kaplan@usace.army.mil.