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.