ContractCombined Synopsis/SolicitationTotal Small Business Set-Aside (FAR 19.5)

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.

DEPARTMENT OF HOMELAND SECURITY 70RFPW26QWA000003
Response Deadline
Jan 9, 2026
Deadline passed
Days Remaining
0
Closed
Set-Aside
Total Small Business Set-Aside (FAR 19.5)
Notice Type
Combined Synopsis/Solicitation

Contract Opportunity Analysis

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.

Classification Codes

NAICS Code
561621
Security Systems Services (except Locksmiths)
PSC Code
N063
INSTALLATION OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS

Solicitation Documents

5 Files
70RFPW26QWA000003 Amendment 0001.pdf
PDF820 KB1/6/2026
AI Summary
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.
70RFPW26QWA000003 Solicitation Package.pdf
PDF2895 KB1/6/2026
AI Summary
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.
Synopsis IDS 1119.docx
Word16 KB1/6/2026
AI Summary
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.
AMD0002 Q A IDS_WA7878 USCIS.pdf
PDF111 KB1/6/2026
AI Summary
The document,
70RFPW26QWA000003 AMD0002 010526.pdf
PDF1353 KB1/6/2026
AI Summary
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.

Related Contract Opportunities

Project Timeline

postedOriginal Solicitation PostedNov 21, 2025
amendedAmendment #1Nov 25, 2025
amendedAmendment #2Dec 11, 2025
amendedLatest AmendmentJan 6, 2026
deadlineResponse DeadlineJan 9, 2026
expiryArchive DateJun 30, 2026

Agency Information

Department
DEPARTMENT OF HOMELAND SECURITY
Sub-Tier
OFFICE OF PROCUREMENT OPERATIONS
Office
FPS WEST CCG

Point of Contact

Name
Thomas E Westlake

Place of Performance

Tukwila, Washington, UNITED STATES

Official Sources