Electronic Security System Maintenance and Service at Fort Leavenworth- Service Industry Day
Type: Special Notice
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW6QM MICC-FT LEAVENWORTHFORT LEAVENWORTH, KS, 66027-0000, USA

NAICS

Security Systems Services (except Locksmiths) (561621)

PSC

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

    The Department of Defense, through the Army's Mission and Installation Contracting Command at Fort Leavenworth, is hosting an Industry Day to discuss an anticipated Request for Proposal for Electronic Security System Maintenance and Service. The procurement aims to establish a multiple award, indefinite delivery/indefinite quantity (ID/IQ) contract for the maintenance and service of an integrated Electronic Security System (ESS), which includes Physical Access Control Systems (PACS), Intrusion Detection Systems (IDS), and Closed-Circuit Television (CCTV) systems. This opportunity is crucial for ensuring the security and operational integrity of various facilities at Fort Leavenworth, which utilize a range of advanced security technologies. Interested parties must notify attendance by February 2, 2026, and can contact CPT Jazmin Burns at jazmin.burns.mil@army.mil or Mr. Robert Parvin at robert.m.parvin.civ@army.mil for further details.

    Point(s) of Contact
    Files
    Title
    Posted
    This government file details the components and locations for various Intrusion Detection Systems (IDS), primarily using the DSC Power Series (PC1864) with LCD 5500 keypads, AES 7788 wireless radio communicators, and TL260/TL280 IP communicators. Some systems also utilize the DSC PC4020 with LCD 4501 keypads and TL250 IP communicators. The systems incorporate a wide array of sensors, including door/window contacts, motion detectors, glass break sensors, duress alarms, heat sensors, and tamper alarms for main panels, AES panels, UPS, and sub-panels. Installations are noted across diverse locations such as dining rooms, main entries, hallways, libraries, living rooms, guest rooms, kitchens, laundry rooms, aide's rooms, master bedrooms, attics, breakfast nooks, stairwells, offices, vaults, arms rooms, storage rooms, various booths, guard houses, manager's offices, and utility boxes for outdoor cameras. The document also lists specific areas like COMSEC vaults, MDF rooms, SIPR Cafes, and OSA rooms. The systems are managed through C-CURE partitions, ISTAR ULTRA, ISTAR PRO, ISTAR EX, and ISTAR EDGE access control platforms, with DEVICE TOTALS indicating 46 AES, 97 Motion, 63 BMS, 94 Duress, 95 Tamper, 42 Glass Break, 5 Vibration, 26 Input, 4 EDGE, 3 EX PRO, 3 ULTRA, and 3 Readers. Additionally, two types of Wisenet and Mobotix cameras are listed, with totals of 33 and 68 respectively.
    The Performance Work Statement (PWS) outlines a non-personal service contract for the maintenance and service of an integrated Electronic Security System (ESS) at Fort Leavenworth, KS. This ESS includes Physical Access Control Systems (PACS), Intrusion Detection Systems (IDS), and Closed-Circuit Television (CCTV) systems. The contractor must provide all personnel, equipment, and resources for maintenance, repairs, and system management, including a qualified onsite technician. Key requirements include a Secret security clearance for personnel, adherence to strict security protocols, and compliance with various government regulations and training. The PWS details specific tasks such as equipment inventory, warranty processing, preventive maintenance, service order repairs, parts management, and after-hours service, each with defined deliverables and performance standards.
    Similar Opportunities
    Installation, Maintenance, and Service of Closed Circuit TV
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army at Fort Leonard Wood, Missouri, is seeking interested parties for the installation, maintenance, and service of Closed Circuit TV (CCTV) systems. The procurement involves semi-annual scheduled maintenance and unscheduled service calls for repair, with the contractor responsible for providing all necessary personnel, equipment, and materials to fulfill these requirements. This service is critical for ensuring the operational integrity and security of CCTV systems at the installation, with a contract anticipated to be a Firm-Fixed Price type, consisting of a one-year base period and four optional one-year extensions. Interested businesses, regardless of size or socioeconomic status, are encouraged to respond to the Sources Sought Notice by contacting Elizabeth Reyes at elizabeth.e.reyes2.civ@army.mil for further details and to express their capabilities.
    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.
    Roof Requirement 2026
    Dept Of Defense
    The Department of Defense, through the Mission Installation Contracting Command at Fort Leavenworth, Kansas, is seeking qualified contractors for a roofing services contract titled "Roof Requirement 2026." The procurement aims to repair and replace roofing systems on various buildings at Fort Leavenworth, including both historic and non-historic structures, with work involving the removal of existing roofs, installation of new roofing materials, and necessary repairs to associated components such as gutters and fascia. This contract is crucial for maintaining the integrity and functionality of the facilities, with an anticipated total value of up to $9 million over a three-year period, including two option years. Interested contractors should prepare for a site visit on April 20, 2026, and direct inquiries to Felipe D. Zaragoza or Jennifer S. Walker via email.
    ESS parts/supplies for building security maintenance and upgrades
    National Aeronautics And Space Administration
    The National Aeronautics and Space Administration (NASA) Shared Services Center is seeking quotes for Electronic Security System (ESS) parts and supplies necessary for building security maintenance and upgrades at the Office of Protective Services, Langley Research Center (LaRC). The procurement includes a variety of components such as motorized latch retractions, mounting magnets, power supplies, panoramic cameras, and other essential items to enhance security infrastructure. This brand-name requirement is set aside for small businesses under NAICS code 541519, emphasizing the importance of compliance with federal acquisition regulations. Quotes are due by January 9, 2026, at 4:00 p.m. CT, and all inquiries must be directed to Lindsey McLellan by January 7, 2026, at 4:00 p.m. CT.
    Public Address/Visual Information and Television Broadcast System (PAVIS) Services
    Dept Of Defense
    The Department of Defense, specifically the Army, is seeking proposals for Public Address/Visual Information and Television Broadcast System (PAVIS) Maintenance and Installation Services at the Tobyhanna Army Depot in Pennsylvania. The contract encompasses a base year plus two option years, commencing on February 27, 2026, and includes tasks such as troubleshooting, installation, and maintenance of audio and visual equipment across multiple buildings and zones. This service is critical for ensuring effective communication and information dissemination within the Army's operational framework. Interested vendors must submit their proposals via email to Alicia Piercy by January 14, 2026, at 12:00 PM EST, and comply with various security and regulatory requirements, including registration in SAM and adherence to FAR guidelines.
    Industry Day FY25-30 Small Unmanned Aircraft System (sUAS) Blanket Purchase Agreement (BPA)
    Dept Of Defense
    The Department of Defense, specifically the Mission and Installation Contracting Command (MICC) at Fort Drum, New York, is hosting an Industry Day to engage small business vendors regarding the procurement of Small Unmanned Aircraft Systems (sUAS) under a Blanket Purchase Agreement (BPA) for fiscal years 2025-2030. The primary requirements include providing sUAS compliant with the Blue UAS Cleared or Select Lists or NDAA compliant systems, along with repair parts, sustainment support, live demonstrations, and technical expertise for the BPA. This initiative is crucial for enhancing the operational capabilities of the Army through advanced unmanned aircraft technology. Interested vendors must respond with company information and authorization documentation to participate in the Industry Day, which is scheduled for February 2026, with further details to be communicated via email. For inquiries, vendors can contact Justin C. Gould at justin.c.gould5.mil@army.mil or Nataly Johnson at nataly.l.johnson.mil@army.mil.
    J059 - Shore Equipment Installation and Maintenance Management Program (SEIMMP)
    Dept Of Defense
    The Department of Defense, through the Naval Supply Systems Command (NAVSUP) Fleet Logistics Center Norfolk, is seeking proposals for the Shore Equipment Installation and Maintenance Management Program (SEIMMP). This procurement aims to secure contractor support services for engineering, installation, and maintenance of electronic systems and equipment, primarily in support of Fleet Cyber Command/Commander U.S. 10th Fleet (FCC/C10F). The services are critical for ensuring the operational readiness and security of Navy and non-Navy installations across the continental United States and overseas, with performance locations including Fort Meade, MD, Chesapeake, VA, and Oahu, HI. Interested contractors must submit their proposals by January 13, 2026, and ensure compliance with security clearance requirements, as well as registration in the SAM database. For further inquiries, contact Ethan Othersen at ethan.t.othersen.civ@us.navy.mil or Elizabeth Phelps at elizabeth.a.phelps1@navy.mil.
    Local Exchange Services for Fort Leavenworth, KS.
    Dept Of Defense
    The Department of Defense, through the Army Contracting Command, is soliciting quotes for local exchange services at Fort Leavenworth, Kansas, under solicitation number W91RUS25QA016. The procurement aims to secure comprehensive local exchange access and transport services, including analog and digital transport, for official government use, with specific requirements outlined in the attached Statement of Work. These services are critical for maintaining effective communication within government operations, emphasizing adherence to technical standards and timely service restoration. Interested vendors must submit their quotations, including proof of certification as a facilities-based carrier in Kansas, by the specified deadline to the primary contact, Scot Stedman, at scot.c.stedman.civ@army.mil or by phone at 571-588-1762.
    Roof Fall Protection Systems Services
    Dept Of Defense
    The Department of Defense, through the Washington Headquarters Services, is soliciting proposals for Roof Fall Protection Systems Services at the Pentagon. This procurement involves the inspection, repair, and certification of existing fall protection systems, including Horizontal Lifeline and Beam & Trolley systems, with a contract structure that includes a Firm-Fixed-Price base period and optional Indefinite-Delivery Indefinite-Quantity provisions for repairs. The services are critical for ensuring safety compliance and operational integrity within the Pentagon, emphasizing the need for qualified personnel and adherence to stringent safety regulations. Interested vendors must attend a mandatory site visit on December 4, 2025, submit questions by December 10, 2025, and complete proposals by January 7, 2026, with contact points for inquiries being Keisha Simmons at keisha.simmons@whs.mil and Bianca Betancourt at bianca.l.betancourt.ctr@mail.mil.
    Sole Source - Support, Updates & Preventative Maintenance CCTV Contract
    Dept Of Defense
    The Department of Defense, specifically the Norfolk Naval Shipyard (NNSY), intends to award a sole source contract for support, updates, and preventative maintenance of its Closed Circuit Television (CCTV) system to UT Government, doing business as Integrated Security Technologies, Inc. This contract will encompass twelve months of comprehensive services, including telephonic and on-site support, hardware/software maintenance, defect corrections, and operator training, all critical for maintaining the security posture of the shipyard. The requirement is underscored by the necessity for the contractor to have proprietary rights to the technical data associated with the existing systems, ensuring continuity and compliance with security protocols. Interested parties may submit capability statements to Audrey Franklin at audrey.m.franklin2.civ@us.navy.mil by January 14, 2026, with the solicitation expected to be released around January 16, 2026.