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.
ID: 70RFPW26QWA000003Type: Combined Synopsis/Solicitation
Overview

Buyer

HOMELAND SECURITY, DEPARTMENT OFOFFICE OF PROCUREMENT OPERATIONSFPS WEST CCGDENVER, CO, 80225, USA

NAICS

Security Systems Services (except Locksmiths) (561621)

PSC

INSTALLATION OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS (N063)

Set Aside

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

    The 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 install a new IDS in accordance with the revised Statement of Work, which includes upgrading to a commercial-grade, UL-listed IP-compatible system, installing keypads, glass break sensors, and integrating the IDS with the Physical Access Control System (PACS). This procurement is a 100% small business set-aside, with a firm-fixed-price contract to be awarded based on best value criteria, and all work must be completed within 90 calendar days following the Notice to Proceed. Interested contractors must register with the System for Award Management (SAM) and direct inquiries to Contract Specialist Thomas Westlake at Thomas.Westlake@fps.dhs.gov, with the RFQ documents expected to be issued around November 24, 2025.

    Point(s) of Contact
    Files
    Title
    Posted
    This amendment (70RFPW26QWA000003/0002) to a solicitation for the U.S. Department of Homeland Security, Federal Protective Service, outlines significant revisions to the Statement of Work (SOW) for the installation of an Intrusion Detection System (IDS) at the USCIS facility in Tukwila, WA. Key changes include replacing the existing Bosch 9412GV4 alarm panel, upgrading to a commercial-grade, UL-listed IP-compatible system (excluding Vindicator), and installing three new keypads and ten glass break sensors. The amendment also details the integration of IDS and Physical Access Control System (PACS) for shunting functionality, a PACS software upgrade, and support renewal. The document provides updated requirements for system components, installation standards, electrical and cabling, final inspection, and warranty, emphasizing compliance with federal, state, and local codes. No further questions will be answered, and offerors must acknowledge receipt of this amendment for their offers to be considered.
    Amendment 0001 to Solicitation 70RFPW26QWA000003 revises equipment requirements for the installation of a new Intrusion Detection System (IDS). The primary change increases the number of required glass break sensors from 9 to 10, necessitating replacement of page 34 of the original solicitation. The amendment also clarifies contractor responsibilities for determining and accounting for additional permits, insurance, or regulatory requirements at the leased government facility. Key contractor-furnished equipment includes an alarm control panel, power supply, backup battery, keypads, glass breaks, panel tampers, PACS Input/Output Module, glass break testers, and Identiv Freedom Bridge software and support. The alarm control panel must be UL-listed and IP-based from specified manufacturers. Contractors must complete a MAR document and conduct a 100% test of the alarm system, coordinating with the DMC for monitoring services and programming.
    The government file 70RFPW26QWA000003 is a Request for Quotation (RFQ) from the U.S. Department of Homeland Security (DHS), Federal Protective Service (FPS), for the purchase and installation of a new Intrusion Detection System (IDS). The installation will take place at the US Citizenship & Immigration Service Building in Tukwila, WA. The contract is a single Firm-Fixed-Price Purchase Order, and all work must be completed within 90 calendar days from the Notice to Proceed. The RFQ includes various attachments such as the Statement of Work, Device Locations Floor Plans, Department of Labor Wage Determination, Past Performance Project Form, Past Performance Questionnaire, and a Contractor Quotation Checklist. It also details contract clauses, terms, and conditions, including specific FAR and DHSAR clauses related to commercial items, contractor responsibilities, invoicing procedures, and prohibitions on certain foreign-made equipment and services.
    The document,
    The U.S. Department of Homeland Security (DHS), Federal Protective Service (FPS) requires the replacement and installation of an Intrusion Detection System (IDS) at the United States Citizenship & Immigration Services Building in Tukwila, WA. This acquisition, solicited as a 100% small business set-aside, will be a firm-fixed-price contract. The NAICS code is 561621 with a $25 million size standard. The selection process will prioritize best value, with specific submission and evaluation criteria detailed in the upcoming Request for Quotation (RFQ). The installation must be completed within 90 calendar days of the Notice to Proceed. Contractors must be registered with the System for Award Management (SAM). This is a synopsis announcement; the RFQ documents are expected around November 24, 2025. Inquiries should be directed to Contract Specialist Thomas Westlake at Thomas.Westlake@fps.dhs.gov.
    Similar Opportunities
    Replacement/installation of a Video Surveillance System (VSS) at the United States Citizenship & Immigration Services Building located at 12500 Tukwila International Blvd. Tukwila, WA 98168-2505
    Homeland Security, Department Of
    The Department of Homeland Security (DHS), through the Federal Protective Service (FPS), is seeking qualified contractors for the replacement and installation of a Video Surveillance System (VSS) at the United States Citizenship & Immigration Services Building located in Tukwila, Washington. The project requires contractors to perform the installation in accordance with the provided Statement of Work (SOW), with a firm-fixed price contract structure and a performance period of no later than 90 calendar days after the Notice to Proceed. This procurement is a total small business set-aside, emphasizing the importance of security systems in federal facilities, and the Request for Quotation (RFQ) documents are expected to be issued around November 24, 2025. Interested parties should direct inquiries to Contract Specialist Thomas Westlake at Thomas.Westlake@fps.dhs.gov, and note that the deadline for quotation submissions has been extended to January 16, 2026, at 9:00 AM PT.
    Perimeter Security Assets
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Secret Service, is seeking proposals for the acquisition of Perimeter Security Assets through a Request for Proposal (RFP) designated as 70US0926R70093552. This procurement aims to establish multiple firm-fixed-price, indefinite-delivery, indefinite-quantity (IDIQ) contracts with small businesses to provide temporary security solutions and coordination services for National Special Security Events (NSSEs) across the United States. The selected contractors will be responsible for managing the acquisition, installation, and removal of various security assets, including vehicle barriers and fencing, while adhering to strict timelines and security requirements. Proposals are due by 11:00 AM EST on January 20, 2026, and must include a comprehensive management approach, technical approach, past performance documentation, and pricing information. Interested parties can contact Melissa Chabot at melissa.chabot@usss.dhs.gov or Katheryn Dennis at katheryn.dennis@usss.dhs.gov for further inquiries.
    MS SANDHILL CRANE NWR IDS/FS INSTALL
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (FWS) is seeking quotations for the installation of an Underwriters Laboratory (UL) listed Intrusion Detection System (IDS) and a new fire system at the Mississippi Sandhill Crane National Wildlife Refuge (NWR) in Gautier, MS. The procurement includes specific requirements for the IDS, such as the Bosch 9512G series or DMP XR150 panels, with features like tamper notification, remote monitoring, and battery backup, alongside a fire system that includes a DMP XF150 panel and various detection devices. This project is crucial for enhancing the security and safety of the refuge, ensuring compliance with safety standards. Interested vendors must submit their questions by January 13, 2026, and quotations by January 20, 2026, with a firm-fixed-price contract to be awarded based on technical approach and past performance. For further inquiries, contact Melissa Niemi at melissaniemi@fws.gov or call 612-713-5216.
    Armed Protective Security Officer Services at Customs and Border Protection Locations throughout Puerto Rico for Federal Protective Service
    Homeland Security, Department Of
    The Department of Homeland Security (DHS), through the Federal Protective Service (FPS), is soliciting proposals for Armed Protective Security Officer (PSO) services at Customs and Border Protection (CBP) facilities throughout Puerto Rico. The contract, anticipated to be awarded as an 8(a) small business set-aside, will be structured as an Indefinite Delivery/Indefinite Quantity (IDIQ) contract with fixed hourly rates, covering an estimated 750,000 service hours over a five-year period from May 1, 2026, to April 30, 2031. Interested parties must submit proposals by January 12, 2026, and are required to register with the System for Award Management (SAM) to be eligible for contract award. For further inquiries, contact Kimberly Skiotys at kimberly.skiotys@fps.dhs.gov or Thomas Schrank at thomas.schrank@fps.dhs.gov.
    Glazier Services
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Secret Service, is seeking qualified contractors to provide glazier services for the installation and removal of ballistic glass systems throughout the National Capital Region. The procurement involves a five-year Blanket Purchase Agreement (BPA) with a maximum ceiling of $3,500,000, aimed at enhancing physical security at various high-profile sites, including the White House and the U.S. Capitol. Contractors will be required to manage the logistics of handling heavy ballistic glass panels, ensuring secure installation and removal while adhering to strict security protocols. Quotes are due by January 20, 2026, at 12:00 PM EDT, and interested parties should contact Taylor Haire at taylor.haire@usss.dhs.gov or Jade Gaston at jade.gaston@usss.dhs.gov for further information.
    Installation of AcoustiWall Fabric Stretch System
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking a contractor to install an AcoustiWall Fabric Stretch System in its conference center located in Washington, D.C. The project involves replacing existing acoustical wall surfaces that have reached the end of their service life, covering approximately 1,452 square feet, to ensure a professional appearance for mission-critical meetings. This procurement is set aside for small businesses, with a focus on Women-Owned Small Businesses (WOSB), and will be awarded based on the Lowest Price, Technically Acceptable (LPTA) criteria. Interested vendors must submit their quotes by January 16, 2026, and can direct inquiries to Isiah Mack at isiah.r.mack@uscg.mil or Samuel Salerno at Samuel.T.Salerno@uscg.mil.
    Video Wall Equipment Indefinite Delivery Indefinite Quantity (IDIQ) and Support Services
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Secret Service (USSS), is seeking proposals for Video Wall Equipment and Support Services through a total small business set-aside contract. The procurement aims to provide comprehensive audio-visual solutions, including the procurement, installation, maintenance, and renovation of video wall technology for USSS offices and National Special Security Events (NSSEs). This initiative is critical for enhancing communication and operational capabilities during high-security events, necessitating flexible and reliable AV systems. Proposals are due by January 16, 2026, at 1:00 PM EST, with a contract period anticipated from February 26, 2026, to February 25, 2031. Interested parties can contact Keisha Pender at keisha.pender@usss.dhs.gov for further information.
    Replace Front and Back Doors and Glass Walls at Base Alameda
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking proposals for the replacement of front and back doors and glass walls at Base Alameda, California. The project involves the removal and replacement of two two-story storefront/door assemblies deemed unsafe, requiring the contractor to provide all necessary labor, materials, and supervision while adhering to specific facility and security requirements. This procurement is a total small business set-aside under NAICS code 238350, with an estimated contract value between $25,000 and $100,000, and requires work to commence within 15 business days of award and be completed within 90 days. Interested contractors must register with SAM.gov, attend a mandatory site visit, and submit their proposals electronically, including a detailed pricing breakdown and technical approach, by the specified deadline. For further inquiries, contact Shawn Jenkins at shawn.t.jenkins@uscg.mil or Jesse Yutig at Jesus.C.Yutig.CIV@uscg.mil.
    Standards Catalogue Service Request for Information
    Homeland Security, Department Of
    The Department of Homeland Security (DHS) is seeking contractors to provide a universal catalogue service for mission-critical standards through a Request for Information (RFI). This service aims to grant DHS and its components, including agencies such as the US Coast Guard, Customs and Border Protection, Immigration and Customs Enforcement, and FEMA, access to a comprehensive range of international, federal, and industry-specific standards essential for their operations. The catalogue service is expected to be comprehensive, scalable, secure, and searchable, integrating seamlessly with existing DHS systems to support critical mission business. Interested vendors must submit their responses, including company details and service features, by noon ET on January 6, 2025, to the primary contact, Dorothy Woolfolk, at dorothy.woolfolk@hq.dhs.gov.
    B2045 Security Grille
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors to replace the security grille system at Building 2045, Fairchild Air Force Base, Washington. The project involves the removal of the existing system and installation of a new commercial overhead rolling aluminum security grille, which must comply with all applicable federal, state, and local regulations. This procurement is a Total Small Business Set-Aside under NAICS code 332321, and interested contractors must be registered in SAM and provide all necessary labor, tools, equipment, and materials. Quotes are due by January 21, 2026, at 10:00 AM PT, with a mandatory site visit scheduled for January 14, 2026. For further inquiries, contractors can contact Chase Polit at chase.polit@us.af.mil or Kathleen L. Rauch at kathleen.rauch@us.af.mil.