Fort Johnson FY25 Electronic Security Systems (ESS) Maintenance Services
ID: PANMCC-25-P-0000-017106Type: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW6QM MICC-FDO FT CAVAZOSFORT CAVAZOS, TX, 76544-0000, USA

NAICS

Security Systems Services (except Locksmiths) (561621)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- ELECTRICAL AND ELECTRONIC EQUIPMENT COMPONENTS (J059)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Defense, specifically the Department of the Army, is seeking qualified small businesses to provide Electronic Security Systems (ESS) maintenance services at Fort Johnson, Louisiana. The contractor will be responsible for maintaining, troubleshooting, and installing various electronic security systems, including intrusion detection, video surveillance, and access control systems, in compliance with Army regulations. This opportunity is crucial for ensuring the operational efficiency and security of sensitive installations, with a focus on engaging small businesses across diverse socioeconomic categories. Interested parties must submit their capabilities statements by April 24, 2025, to the designated contacts, Tonia Smith and Komlan E. Dougah, via the provided email addresses.

    Files
    Title
    Posted
    The document outlines performance requirements and standards for a contractor responsible for the maintenance and operation of Integrated Defense Systems (IDS), Emergency Equipment Control Systems (EECS), and Closed-Circuit Television (CCTV) at Fort Johnson. Essential tasks include ensuring the contractor's on-site presence during normal work hours, adjusting or replacing government-furnished components, providing continuous system maintenance, and delivering training programs for police dispatch personnel. Monthly compliance reports are mandated, with a benchmark of 95% compliance for most tasks, while some require 100% adherence without discrepancies. Noncompliance may lead to the issuance of Corrective Action Requests (CAR) to the contractor. The document emphasizes the importance of maintaining equipment accurately, responding to service orders effectively, and developing maintenance plans to ensure system reliability and operational integrity. This structured approach aims to ensure accountability and high-quality service through measurable performance metrics and compliance tracking, which is critical in government RFPs and grant management.
    The Performance Work Statement (PWS) outlines the requirements for a contract to provide trained and certified Electronic Security Systems (ESS) technicians for the Directorate of Emergency Services at Fort Johnson, LA. The contractor must supply personnel, equipment, and services necessary for maintaining, troubleshooting, and installing various electronic security systems, adhering to Army regulations to ensure operational efficiency. The technician must have a Top Secret security clearance and relevant certifications, given the sensitive nature of the systems protecting classified materials. The contract has a base performance period of one year, extendable for four additional years. Key responsibilities include technical support for all security systems, including intrusion detection and access control, and responding to emergency repair calls. A robust Quality Control System must be established by the contractor to ensure service quality and compliance with government standards, with multiple oversight measures in place for monitoring performance and addressing any issues. The document stipulates security requirements for contractor personnel accessing the installation, contractor accountability, and comprehensive environmental and safety regulations to safeguard health and compliance during operations. Overall, the PWS serves as a detailed framework for ensuring effective security measures at Fort Johnson through professional contractor engagement.
    The U.S. Government is seeking qualified small businesses for a firm fixed-price contract for the installation and maintenance of electronic security systems at Fort Johnson, LA. This opportunity primarily concerns the implementation of electronic intrusion detection, video surveillance, and access control systems. To qualify for a small business set-aside, at least two small businesses must respond to this notice, which is meant for information and planning purposes only, not as a formal solicitation. Interested firms must submit a capabilities statement, detailing company information, interest in prime contracting or subcontracting, relevant experience, pricing information, and suggestions for improving competition. The anticipated NAICS code for this requirement is 561621, with a size standard of $25 million. Responses must be submitted by April 24, 2025, and can be directed to the provided email address. This notice highlights the government's focus on inclusivity among various socioeconomic categories of small businesses, from service-disabled veteran-owned to women-owned concerns, fostering a competitive bidding environment while outlining the conditions necessary for a successful procurement process.
    Lifecycle
    Similar Opportunities
    Enterprise Support Services (ESS)
    Dept Of Defense
    The Department of Defense, specifically the Army's Deputy Chief of Staff (DCS), G-4, is seeking sources for Enterprise Support Services (ESS) to enhance Army logistics operations. The contractor will provide broad-based research and analytic support, focusing on developing logistics strategies, assessing current logistics issues, and supporting supply chain requirements, all while ensuring integration with Defense strategic plans. This opportunity is critical for maintaining the Army's logistics readiness and operational effectiveness in a dynamic security environment. Interested parties must submit a capability statement outlining their qualifications and whether they are a Small Business to Roxanne Veary at roxanne.n.veary.civ@army.mil, with the contract featuring a base period of eight months and options for extensions.
    EMCS Integrator Support Services
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking integrator support services under solicitation W91QF5-23-R-0002. The procurement aims to provide essential installation services for electrical and electronic equipment components, which are critical for maintaining operational readiness and efficiency within military installations. The services will be performed in Fort Gregg-Adams, Virginia, and interested parties can reach out to Myrisha L. Mullen or Magno Orellanaalvarado via their respective emails for further information. The opportunity is categorized under the PSC code N059, and additional details can be found in the solicitation document.
    Security System Service - LRGV
    International Boundary And Water Commission: Us-mexico
    The International Boundary and Water Commission (IBWC) is seeking qualified small businesses to provide security system maintenance, repair, and upgrade services for its facilities in the Lower Rio Grande Valley, specifically at the Mercedes Field Office, Anzalduas Dam, and Retamal Dam in Texas. The contractor will be responsible for maintaining and upgrading security systems, including Physical Access Control Systems (PACS), CCTV, and Intrusion Detection Systems (IDS), while ensuring compliance with annual inspections and on-call repairs. This procurement is critical for enhancing the security infrastructure at these key locations, with a contract duration of one base year and four optional one-year extensions, contingent upon performance. Interested parties must submit their quotes by January 5, 2026, and are encouraged to attend a site visit on December 17, 2025; for further inquiries, contact Seone Michael Jones at seone.jones@ibwc.gov.
    Power Station Installation for Hangar 2418
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking responses for a Sources Sought notice regarding the installation of a power station in Hangar 2418 at Fort Eustis, Virginia, to support MOS 15Y training. The project involves a non-personnel services contract for the installation of electrical components, including a 150KVA transformer, a 30KVA transformer, various disconnects, a sub-panel, a quad outlet, and an emergency stop circuit, with a focus on ensuring stable power and a clean, labeled installation. This contract is crucial for enhancing training capabilities and is expected to last for one year, from January 1, 2026, to December 31, 2026. Interested contractors must confirm their ability to perform the work by emailing Jolene A. Granger at jolene.a.granger.civ@army.mil by 12:00 PM CST on December 17, 2025, although no capability statements or questions will be accepted at this time.
    Facility Investment Services for 99th Readiness Division (RD), Region 4C
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, Philadelphia District, is seeking qualified small businesses to provide Facility Investment Services for the 99th Readiness Division, Region 4C. The procurement aims to identify capable firms for Preventive Maintenance (PM) and Corrective Maintenance (CM) services, which include maintenance and repair of building exteriors, interior systems, and various infrastructure components. This initiative is crucial for ensuring the sustainment, restoration, and modernization of facilities in West Virginia and Western Virginia, with an estimated five-year ordering period. Interested parties must submit their capability statements and relevant documentation by December 16, 2025, at 5:00 PM EST to Tiffany Chisholm at tiffany.z.chisholm@usace.army.mil, and all employees must meet specific security requirements.
    PL EA - Vehicle Mounted ESEA System RFI
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is issuing a Request for Information (RFI) for a Vehicle Mounted Electromagnetic Support and Electromagnetic Attack System. This RFI seeks mature commercial off-the-shelf (COTS) or government off-the-shelf (GOTS) systems capable of electromagnetic sensing and attack, aimed at informing requirements development and acquisition strategy for the Army's electronic warfare capabilities. Interested parties, particularly Cleared Defense Contractors with an active CAGE Code and a SECRET or higher Facility Clearance Level, are invited to submit white papers detailing their system's maturity, technical capabilities, and cost/schedule by December 18, 2025, at 3:00 PM EST. For further inquiries, interested vendors can contact Kimberly Barnes at kimberly.v.barnes.civ@army.mil or Kellie R. Clavijo at kellie.r.clavijo.civ@mail.mil.
    Ft. Detrick Elevator Maintenance
    Dept Of Defense
    The Department of Defense, through the U.S. Army Garrison Fort Detrick, is seeking qualified contractors for a non-personal services contract focused on elevator maintenance and repair for 19 elevators located in Frederick, Maryland. The contract will cover a base year and four option years, requiring services such as monthly inspections, emergency dispatch, and compliance with ADA and NFPA 72 standards, with specific provisions for reporting and quality control. This opportunity is crucial for ensuring the operational efficiency and safety of elevator systems at the facility. Interested businesses, particularly small enterprises across all socioeconomic categories, are encouraged to submit their capability packages by December 26, 2025, at 12:00 p.m. EST to the primary contacts, Safiyyah Vasquez and Jodi Woods, via the provided email addresses.
    Base Alarm Services - Los Angles Air Force Base
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking small businesses to provide Base Alarm Services at Los Angeles Air Force Base (LAAFB). The procurement aims to establish a Firm-Fixed Price (FFP) contract for maintenance and repair of the base's alarm and CCTV systems, which includes tasks such as cleaning, scheduling, and troubleshooting network issues related to the alarm system and surveillance equipment. This opportunity is critical for ensuring the security and operational readiness of the base, requiring expertise in network configurations and maintenance of proprietary software and equipment. Interested parties must submit an eight-page narrative detailing their capabilities by responding to the sources sought notice, with questions due by December 15, 2025, to Lt Dorian Maynard at dorian.maynard.1@spaceforce.mil or TSgt Kenneth Sparks at kenneth.sparks.2@spaceforce.mil.
    BPA - Alarm, Signal and Security Detection Systems PSC 6350
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center Indian Head Division (NSWC IHD), is seeking to establish Blanket Purchase Agreements (BPAs) for Alarm, Signal, and Security Detection Systems under PSC Code 6350 and NAICS Code 334290. The procurement aims to engage small businesses that can provide standard commercial supplies and services at competitive prices, with BPA calls not exceeding the Simplified Acquisition Threshold, allowing for competition at the call level. These systems are critical for enhancing security measures and operational safety within military installations. Interested vendors must submit their documentation, including past performance references, by April 30 for June awards or October 31 for December awards, and can contact Barbara Grinder at barbara.j.grinder.civ@us.navy.mil for further information.
    Facility Investment Services for 99th Readiness Division (RD), Region 5
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, Philadelphia District, is conducting a Sources Sought Notice (W912BU26RA0R5) to identify qualified small businesses capable of providing Facility Investment Services (FIS) for the 99th Readiness Division, Region 5. The procurement aims to gather market research for preventive and corrective maintenance services, including sustainment, restoration, and modernization of building exteriors, structures, and interior systems such as HVAC, plumbing, and fire protection across Delaware, Maryland, and Eastern Virginia. This initiative is crucial for maintaining operational readiness and ensuring the longevity of facilities, with an anticipated contract duration of five years. Interested offerors must submit their capability statements and relevant past performance information by December 16, 2025, to Tiffany Chisholm at tiffany.z.chisholm@usace.army.mil.