FY25 Fort Meade ICIDS Maintenance
ID: W91QV125ICIDSPreSolicitationType: Presolicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW6QM MICC-FT BELVOIRFORT BELVOIR, VA, 22060-5116, USA

NAICS

Security Systems Services (except Locksmiths) (561621)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS (J063)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Jan 16, 2025, 12:00 AM UTC
  2. 2
    Updated Jan 16, 2025, 12:00 AM UTC
  3. 3
    Due Jan 30, 2025, 5:00 PM UTC
Description

The Department of Defense, specifically the Department of the Army, is seeking a contractor to provide maintenance services for the Integrated Commercial Intrusion Detection System (ICIDS) at Fort George G. Meade, Maryland. The contract entails non-personal services, including routine maintenance, inspections, emergency repairs, and cybersecurity updates for the ICIDS alarm system, with a contract duration of one base year and four optional renewal years. This system is crucial for ensuring the security of sensitive areas by preventing unauthorized access and potential threats, thereby reducing the need for armed guards and enhancing overall safety. Interested contractors must possess a minimum of a US Secret security clearance and are encouraged to contact Heidi Boyer at heidi.k.boyer.civ@army.mil or Jodi Woods at jodi.e.woods.civ@army.mil for further details.

Files
Title
Posted
Jan 16, 2025, 9:06 PM UTC
The Performance Work Statement (PWS) outlines the requirements for a maintenance contract concerning the Integrated Commercial Intrusion Detection System (ICIDS) at Fort George G. Meade, MD. The contractor is responsible for providing non-personal services including the maintenance, inspections, and emergency repairs of the ICIDS alarm system and associated equipment. The contract spans one base year with four optional renewal years. Key objectives include maintaining automated entry and access control systems, conducting regular inspections, executing routine cybersecurity updates, and ensuring compliance with security procedures. A quality control program must be established by the contractor to guarantee services meet contractual standards, while government personnel will evaluate performance through a Quality Assurance Surveillance Plan. Additionally, contractor staff must possess a minimum of a US Secret security clearance and undergo various training, including anti-terrorism and operational security training. The contractor will be evaluated on their ability to meet service levels, including emergency responsiveness and routine maintenance timelines. Overall, this PWS emphasizes the critical nature of maintaining security infrastructure to protect sensitive areas at Fort Meade against unauthorized access and threats.
Lifecycle
Title
Type
Presolicitation
Similar Opportunities
Electronic Security Systems (ESS) Maintenance
Buyer not available
The Department of Defense, specifically the Department of the Army, is seeking qualified contractors to provide maintenance and repair services for Electronic Security Systems (ESS) at Fort Cavazos, Texas, under solicitation number W91151-25-Q-A018. The contract will be a Firm-Fixed-Price Indefinite Delivery Indefinite Quantity (IDIQ) agreement, focusing on the upkeep of the Integrated Commercial Intrusion Detection System (ICIDS), ensuring operational readiness and compliance with security protocols. This initiative underscores the critical importance of maintaining effective security measures at military installations, with a performance period extending from June 18, 2025, to June 17, 2030. Interested vendors must be DAQ ICIDS Certified VARs and are encouraged to contact Winston O. Franks at winston.o.franks.civ@army.mil for further details and submission guidelines.
Sources Sought Notice - Building 1077 Security System Upgrades
Buyer not available
The Department of Defense, through the Department of the Air Force, is seeking contractors to provide installation services for a new Intrusion Detection System (IDS) and Access Control System (ACS) at Building 1077, Arnold Air Force Base, Tennessee. The project aims to enhance physical security by integrating advanced security systems, including IDS access panels, motion sensors, and door security measures, in compliance with military security directives and standards. Interested businesses must demonstrate their qualifications, relevant experience, and necessary certifications, with responses due by April 29, 2025. For further inquiries, contractors can contact Brogan Fullmer at brogan.fullmer@us.af.mil or Leslie McGowan at leslie.mcgowan@us.af.mil.
Inspection, Maintenance and Repair service for Intrusion Detection Systems (IDS) and closed- circuit television (CCTV) at U.S. Army Garrison Japan Installations
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking a contractor to provide inspection, maintenance, and repair services for Intrusion Detection Systems (IDS) and closed-circuit television (CCTV) at U.S. Army Garrison installations in Japan. The contractor will be responsible for all necessary personnel, tools, equipment, and materials to ensure compliance with government regulations and cybersecurity standards, with service areas including Kanagawa, Hiroshima, and Okinawa. This procurement is critical for maintaining the security infrastructure of military installations, ensuring operational readiness and compliance with both U.S. and host nation regulations. Interested parties should note that the project will be performed entirely in Japan, and the successful offeror must be licensed to operate there; for further inquiries, contact Akane Jukurogi at akane.jukurogi.jp@us.af.mil or by phone at 814-255-16120. Please be aware that funds are not currently available for this effort, and no quotes will be accepted at this time.
Cybersecurity Operations Facility
Buyer not available
The Department of Defense, specifically the Army Corps of Engineers, is soliciting bids for the construction of a new Cybersecurity Operations Facility at Fort Meade, Maryland. This three-story facility will serve the Navy and Marines, featuring secure open office spaces, operational areas, a large server area, and mission support areas including executive offices and training spaces, all equipped with redundant mechanical and electrical systems. The project is critical for enhancing cybersecurity operations and ensuring secure communications within military operations. Interested contractors can reach out to Aisha Boykin at aisha.r.boykin@usace.army.mil or Tamara Bonomolo at tamara.c.bonomolo@usace.army.mil for further details, with amendments to the solicitation having been issued on April 7 and April 10, 2025.
Purchase/Install Intrusion Detection System (IDS) - Richmond, VA
Buyer not available
The Department of Homeland Security (DHS), through the Federal Protective Service (FPS), is seeking quotes for the purchase and installation of a new Intrusion Detection System (IDS) at the Lewis F. Powell United States Courthouse/Annex in Richmond, VA. This project involves the removal of outdated IDS equipment and the installation of advanced systems to enhance security for federal facilities, ensuring compliance with federal regulations, including those prohibiting specific telecommunications equipment from certain foreign companies. Interested vendors must submit their quotes, which should include all labor, materials, and compliance documentation, by May 16, 2025, with a pre-proposal site visit scheduled for April 29, 2025. For inquiries, contact James Austin at james.austin@associates.hq.dhs.gov or Marcus Mason at marcus.l.mason@fps.dhs.gov.
Integrated Base Defense Security Systems
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking industry input for an Indefinite Delivery Indefinite Quantity (IDIQ) contract focused on Integrated Base Defense Security Systems at Hurlburt Field, Florida. The contract aims to procure electronic and physical security products and services, including engineering, design, installation, and lifecycle support, to enhance security measures against evolving threats to U.S. critical infrastructure and personnel. This initiative is crucial for bolstering national defense capabilities and ensuring compliance with cybersecurity policies, with potential use by other authorized activities pending approval. Interested parties must submit their capabilities statements by April 25, 2025, and can contact Rowan Thom at rowan.thom.1@us.af.mil or Alyssa Garred at alyssa.garred@us.af.mil for further information.
Purchase/Install Intrusion Detection System (IDS)
Buyer not available
The Department of Homeland Security (DHS), through the Federal Protective Service (FPS), is seeking qualified contractors to purchase and install a new Intrusion Detection System (IDS) at the Moorhead Federal Office Building in Pittsburgh, Pennsylvania. The project entails the removal of the existing IDS and the installation of a new system, which includes components such as an alarm control panel, alarm keypads, and wireless transmitters, among others. This procurement is crucial for enhancing security measures within federal facilities, ensuring the protection of personnel and assets. Interested vendors must submit their quotes by May 9, 2025, at 4:00 PM EDT, and are encouraged to attend a site visit on February 4, 2025, to better understand the project requirements. For further inquiries, contact James Austin at james.austin@associates.hq.dhs.gov or Marcus Mason at marcus.l.mason@fps.dhs.gov.
W91QV1 Fort Meade QFLOW
Buyer not available
The Department of Defense, through the Army's Mission Installation Contracting Command at Fort Belvoir, is seeking a contractor to provide support and maintenance for the Q-Flow software system at Fort Meade, Maryland. This procurement involves the installation and ongoing support of ACF Technologies' Q-Flow Customer Queuing Management Software, which is crucial for managing customer flow and monitoring wait times in the ID/Cards/Rapids section of the Directorate of Human Resources. The contract will span one base year with four option years, emphasizing reliable service delivery and compliance with local and federal regulations, with penalties for unsatisfactory performance. Interested parties should contact Julia Woltjen at julia.r.woltjen.civ@army.mil or Jodi Woods at jodi.e.woods.civ@army.mil for further details.
Security Gate System & Quarterly Preventative Maintenance
Buyer not available
The Department of Defense, specifically the Naval Special Warfare Command, is seeking qualified small businesses to provide a new security gate system and quarterly preventative maintenance services at Camp Atterbury, Indiana. The procurement involves replacing the existing gate operating system for one entrance point and implementing maintenance for two gates and four overhead doors, ensuring operational efficiency and safety through upgraded facilities. This opportunity is set aside for small businesses under the NAICS code 811310, with a revenue threshold of $12.5 million, and requires compliance with federal regulations. Interested offerors must submit their quotes electronically, with the solicitation number H9224025QE005, and can contact Jeffrey S. Morris at Jeffrey.S.Morris.civ@socom.mil for further details.
20SF IDS and Camera Upgrade
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the upgrade of the security camera system at Shaw Air Force Base under solicitation number FA480325R0020. The project entails replacing 15 interior and 10 exterior cameras within the 20th Security Forces Squadron's Commercial Vehicle Inspection Area (CVIA) and integrating them into the existing Integrated Base Defense Security System (IBDSS) to enhance visual monitoring and security response capabilities. This upgrade is crucial for maintaining the physical security and integrated defense mission of the 20th Fighter Wing, ensuring that alarm activations can be effectively monitored and assessed. Interested contractors must adhere to specific guidelines for equipment delivery and installation, with the project expected to be completed within 120 calendar days from the Notice to Proceed. For further inquiries, potential bidders can contact Mar Rodriguez at mariadelmar.rodriguezmartinez@us.af.mil or Daniel Kane at daniel.kane.8@us.af.mil.