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 U.S. 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 perform the installation in accordance with the Statement of Work, which includes specific equipment requirements such as alarm control panels, glass break sensors, and software support, with a firm-fixed-price contract structure. This procurement is a 100% small business set-aside, emphasizing the importance of security systems in safeguarding government facilities. Interested contractors must register with the System for Award Management (SAM) and are encouraged to direct inquiries to Contract Specialist Thomas Westlake at Thomas.Westlake@fps.dhs.gov. The Request for Quotation (RFQ) documents are expected to be issued around November 24, 2025, with a performance period of 90 calendar days following the Notice to Proceed.

    Point(s) of Contact
    Files
    Title
    Posted
    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 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, specifically the Federal Protective Service, is seeking a contractor 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 the contractor to adhere to a detailed Statement of Work, which includes the installation of 13 cameras, the use of existing rack space, and compliance with specific contractor certifications. This procurement is a 100% small business set-aside, with a firm-fixed price contract expected to be awarded based on a best value selection process. Interested parties must register with the System for Award Management (SAM) and submit any questions to Contract Specialist Thomas Westlake by email. The Request for Quotation (RFQ) documents are anticipated to be issued around November 24, 2025, with a performance period of 90 calendar days following the Notice to Proceed.
    Perimeter Security Assets
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Secret Service, is seeking proposals from small business concerns for multiple firm-fixed-price indefinite-delivery, indefinite-quantity (IDIQ) contracts focused on acquiring perimeter security assets. The procurement aims to provide temporary security solutions, technical consultation, and coordination for National Special Security Events (NSSEs) across the United States, including the management of various assets such as vehicle barriers, fencing, tents, and generators. Proposals will be evaluated based on management and technical approaches, past performance, and pricing, with an emphasis on non-price factors. Interested parties must submit their proposals by 11:00 AM EST on January 19, 2026, and may direct inquiries to Melissa Chabot at melissa.chabot@usss.dhs.gov or Katheryn Dennis at katheryn.dennis@usss.dhs.gov.
    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 will be structured as an Indefinite Delivery/Indefinite Quantity (IDIQ) agreement with fixed hourly rates, covering an estimated 750,000 service hours over a five-year period, with a minimum guarantee of $100,000. This procurement is a competitive 8(a) small business set-aside, emphasizing the importance of security services in safeguarding federal facilities. Interested parties must submit proposals by December 8, 2025, at 3:00 PM Eastern Time, and are encouraged to contact Kimberly Skiotys at kimberly.skiotys@fps.dhs.gov for further information and to attend a pre-proposal conference on November 21, 2025.
    Faraday Rooms
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the United States Secret Service (USSS), is conducting market research for the installation of modular Faraday Rooms at its Washington, DC Field Office and potentially at 41 other field offices across the continental United States. The procurement seeks scalable EMI modular hard panel enclosures with specific features such as ESD flooring, LED lighting, advanced ventilation systems, and fire suppression capabilities, along with stringent shielding requirements for electromagnetic interference. This initiative is crucial for enhancing cybersecurity measures within the USSS, ensuring secure environments for sensitive operations. Interested vendors should submit their responses by December 23, 2025, at 12:00 PM Eastern Time, and can direct inquiries to primary contact LorieAnne Kliewer at lorie.kliewer@usss.dhs.gov or secondary contact Matthew Sutton at matthew.sutton@usss.dhs.gov.
    Protective Security Officer (PSO) services in various locations throughout Alaska
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the Federal Protective Service Acquisition Division, is planning to extend an existing contract for Protective Security Officer (PSO) services in various locations throughout Alaska. This sole source extension, which will last up to two months starting February 1, 2026, aims to ensure the continued provision of armed PSO services while allowing for the placement of a new contract to maintain these critical services. The procurement falls under the NAICS code 561612 for Security Guards and Patrol Services, with a small business size standard of $29 million. Interested parties can reach out to Alyssa McQueen at Alyssa.M.McQueen@fps.dhs.gov or by phone at 253-999-2987 for further details.
    63--NPS - Fire & Intrusion Monitoring Services, George
    Interior, Department Of The
    The Department of the Interior, through the National Park Service (NPS), is seeking qualified small businesses to provide fire alarm (FA) and intrusion detection (ID) system maintenance services for the George Washington Memorial Parkway. The procurement aims to ensure that existing FA and ID systems are maintained in optimal condition, free from errors or malfunctions, and includes responsibilities such as rectifying deficiencies and providing 24-hour monitoring. This contract, set aside entirely for small businesses, will span a one-year base period with four additional one-year option periods, totaling five years, and will require NICET Level II certified technicians for FA systems and state-licensed technicians for ID systems. Interested parties must submit their quotes by December 12, 2025, and can direct inquiries to Robert Staats at robertstaats@ibc.doi.gov or by phone at 208-207-7391.
    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) issued by the Science and Technology Directorate (S&T). This service aims to grant DHS and its components, including the U.S. Coast Guard, Customs and Border Protection, Immigration and Customs Enforcement, and FEMA, access to a comprehensive range of international, federal, and industry-specific standards, which are essential for conducting critical mission operations. Interested vendors are required to submit detailed information regarding their catalogue service features, coverage, integration capabilities, and cost estimates by noon ET on January 6, 2025. For further inquiries, potential respondents can contact Dorothy Woolfolk at dorothy.woolfolk@hq.dhs.gov or Jennifer K. Koons at jennifer.koons@hq.dhs.gov.
    70Z03026QCLEV0004 - U.S. Coast Guard Station Chicago CCTV System Project
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking proposals for the installation of a high-definition CCTV system at Station Chicago, Illinois, under solicitation number 70Z03026QCLEV0004. The project requires the contractor to provide all necessary labor, materials, equipment, transportation, and supervision to implement a comprehensive security solution, including features such as license plate recognition, facial identification, and night vision capabilities. This procurement is crucial for enhancing security measures at the facility and is estimated to be valued between $25,000 and $100,000, with a due date for offers set for December 15, 2025, at 12:00 PM EDT. Interested parties should contact George A. Bermeo at GEORGE.A.BERMEO@USCG.MIL or 571-610-3240 for further details and are encouraged to schedule site visits to develop accurate quotes.
    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.
    Field Operations & CUstomer Support (FOCUS)
    Homeland Security, Department Of
    The Department of Homeland Security, through the Transportation Security Administration (TSA), is initiating a pre-solicitation for the Field Operations & Customer Support (FOCUS) Task Order, aimed at establishing an enterprise-wide IT help desk and specialist support. This procurement will involve providing a Single Point of Contact for IT services across TSA's extensive operations, which support approximately 85,000 employees and contractors at various locations, including airports and headquarters. Interested vendors must gain access to a Virtual Reading Room (VRR) containing Sensitive Security Information (SSI) to prepare their proposals, requiring the designation of a Senior Corporate Official and successful completion of a Security Threat Assessment for up to three individuals by December 18, 2025, at 8:00 AM EST. For further inquiries, vendors can contact Evan Morcom or Hunter Howery via their respective emails.