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
    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
    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
    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.
    Homeland Security, Department Of
    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.
    EMCS Integrator Support Services
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking integrator support services under solicitation W91QF5-23-R-0002. The procurement aims to provide essential installation services for electrical and electronic equipment components, which are critical for maintaining operational readiness and efficiency within military installations. The services will be performed in Fort Gregg-Adams, Virginia, and interested parties can reach out to Myrisha L. Mullen or Magno Orellanaalvarado via their respective emails for further information. The opportunity is categorized under the PSC code N059, and additional details can be found in the solicitation document.
    CDID Cyber Battle Lab Experimentation Support Services
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Mission and Installation Contracting Command (MICC) at Fort Eustis, Virginia, is seeking qualified vendors to provide Cyber Battle Lab Experimentation Support Services at Fort Gordon, Georgia. The primary objective is to assist in identifying gaps and vulnerabilities in Cyber Electromagnetic Activities through various services, including experimentation, data collection, network engineering, capability prototyping, satellite communications support, and cybersecurity. This contract is crucial for enhancing the Army's capabilities in Cyber Electromagnetic Activities and will be awarded as a Single Award Indefinite Delivery, Indefinite Quantity (SA-IDIQ) contract with a maximum ceiling of $58.3 million over a seven-year ordering period. Interested vendors must submit their responses, including capability statements and security clearance information, by January 12, 2026, at 2 p.m. EST, and can contact Ashley Johns or Hattie Brown for further details.
    BPA - Alarm, Signal and Security Detection Systems PSC 6350
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center Indian Head Division (NSWC IHD), is seeking to establish Blanket Purchase Agreements (BPAs) for Alarm, Signal, and Security Detection Systems under PSC Code 6350 and NAICS Code 334290. The procurement aims to engage small businesses that can provide standard commercial supplies and services at competitive prices, with BPA calls not exceeding the Simplified Acquisition Threshold, allowing for competition at the call level. These systems are critical for enhancing security measures and operational safety within military installations. Interested vendors must submit their documentation, including past performance references, by April 30 for June awards or October 31 for December awards, and can contact Barbara Grinder at barbara.j.grinder.civ@us.navy.mil for further information.
    Residential Modular SCIF
    Dept Of Defense
    The Defense Information Systems Agency (DISA) is seeking to negotiate a sole source contract with Centurion Consulting LLC for the acquisition of a new modular Sensitive Compartmented Information Facility (SCIF) to be installed in a residence within the National Capital Region (NCR). The SCIF must comply with stringent standards, including Intelligence Community Directive (ICD) 705, a Sound Transmission Class (STC) rating of 56, and Transient Electromagnetic Pulse Emanation Standards (TEMPEST), while also incorporating an Intrusion Detection System (IDS) that meets Underwriters Laboratories (UL) 2050 standards. This procurement is critical as it ensures compatibility with existing systems and facilitates rapid redeployments and reconfigurations, given that Centurion Consulting LLC is the only vendor capable of providing the necessary components and services. Interested parties who believe they can meet these requirements must submit a capability statement within 7 days of this notice to Ms. Karoline Schmal at karoline.k.schmal.civ@mail.mil, as no formal solicitation will be posted due to the sole source nature of the contract.
    Request for Information - Cyber Defense and Intelligence Support Services (CDISS)
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Immigration and Customs Enforcement (ICE), is seeking information through a Request for Information (RFI) regarding Cyber Defense and Intelligence Support Services (CDISS). The objective of this RFI is to gather insights to refine the acquisition strategy, assess potential contract vehicles, and solicit feedback on the draft Statement of Work (SOW) related to enhancing ICE's cybersecurity capabilities, including 24/7 monitoring, incident response, and compliance with federal regulations. This initiative is crucial for strengthening ICE's defenses against cybersecurity threats across a vast network of approximately 53,000 devices. Interested parties must submit their responses by January 9, 2025, at 12:00 PM Eastern Time, and can direct inquiries to Contract Specialist Justin Dudenhefer at justin.dudenhefer@ice.dhs.gov or Contracting Officer Pamela Rodgers at pamela.a.rodgers@ice.dhs.gov.
    Mobile Chemical Agent Detector (MCAD) Systems Maintenance & Support Services contract
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center (NSWC) Indian Head Division, is seeking to award a Firm-Fixed Price contract for the maintenance and support services of Mobile Chemical Agent Detector (MCAD) systems. The contractor will be responsible for troubleshooting, repair, and testing of MCAD equipment, including technical support, software installation, periodic system checks, and sensor upgrades, ensuring the operational readiness of the equipment. This contract is being pursued on a sole source basis with MESH, Inc., the original equipment manufacturer, due to the proprietary nature of the technology involved. Interested parties must submit their responses by December 30, 2025, at 4:00 PM to the designated contacts, Jessica Quell and Devon Gormley, via the provided email addresses.
    Ft. Detrick Elevator Maintenance
    Dept Of Defense
    The Department of Defense, through the U.S. Army Garrison Fort Detrick, is seeking qualified contractors for a non-personal services contract focused on elevator maintenance and repair for 19 elevators located in Frederick, Maryland. The contract will cover a base year and four option years, requiring services such as monthly inspections, emergency dispatch, and compliance with ADA and NFPA 72 standards, with specific provisions for reporting and quality control. This opportunity is crucial for ensuring the operational efficiency and safety of elevator systems at the facility. Interested businesses, particularly small enterprises across all socioeconomic categories, are encouraged to submit their capability packages by December 26, 2025, at 12:00 p.m. EST to the primary contacts, Safiyyah Vasquez and Jodi Woods, via the provided email addresses.
    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.
    F5 Maintenance Renewal
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking to procure maintenance and support services for F5 BIG-IP and BIG-IQ systems at Fort Knox, Kentucky. This requirement is aimed at ensuring the continued operational effectiveness of the United States Army Human Resources Command (HRC) through the renewal of brand-name maintenance services. The F5 systems are critical for managing application delivery and security, making this procurement essential for the Army's IT infrastructure. Interested vendors can reach out to Deborah Davis-Maxwell at deborah.r.davis-maxwell.civ@army.mil or call 502-624-3424 for further details regarding this opportunity.