Search Contract Opportunities

Fort Riley Intrusion Detection System (IDS) Maintenance and Monitoring

ID: W911RX-25-Q-0023 • Type: Sources Sought • Match:  90%
Opportunity Assistant

Hello! Please let me know your questions about this opportunity. I will answer based on the available opportunity documents.

Please sign-in to link federal registration and award history to assistant. Sign in to upload a capability statement or catalogue for your company

Some suggestions:
Please summarize the work to be completed under this opportunity
Draft a sources sought response template for this opportunity
Do the documents mention an incumbent contractor?
Does this contract have any security clearance requirements?
I'd like to anonymously submit a question to the procurement officer(s)
Loading

Description

REQUIRED CAPABILITIES

The Contractor shall provide all necessary personnel, management, equipment, tools, materials, supervision, and other items and services necessary to perform maintenance and monitoring for the Intrusion Detection Systems. Fort Riley utilizes 368 zones. (The contractor should anticipate performing maintenance and monitoring on up to 385 zones due to project growth over the duration of this contract.) Some of the zones include headquarter buildings, firearm warehouses, document storage buildings, Sensitive Compartmental Information Facilities (SCIF), and ammunition bunkers.

If your organization has the potential capacity to provide this service, please provide the following information:

1) Organization name, address, email address, website address, telephone number, size and type of ownership of the organization, UEI of pending or active SAM.gov registration.

2) Tailored capability statements addressing the particulars of this effort, with appropriate documentation supporting claims of organizational capability. If significant subcontracting or teaming is anticipated in order to deliver technical capability, organizations should address the administration and management structure of such arrangements.

The Government will evaluate market information to ascertain potential market capacity to:

1) Provide labor, equipment, and technology consistent to those described in this notice and otherwise anticipated.

2) Secure and apply the full range of corporate financial, human capital, and technical resources required to successfully provide requirements.

ELIGIBILITY
The applicable NAICS code for this requirement is 561621 with a Small Business Size Standard of $25,000,000 annual revenue. The Product Service Code is J063. Businesses of all sizes are encouraged to respond; however, each respondent must clearly identify their business size in their capabilities statement.

IMPEDIMENT TO COMPETITION
The security system used is Intrusion Detection System (IDS)/Integrated Commercial Intrusion Detection System (ICIDS). ICIDS is the Department of the Army program of record for intrusion detection systems. Ft. Riley uses ICIDS version 5 (ICIDS-V) on all IDS protection facilities. ICIDIS is a proprietary system that is manufactured by DAQ Electronics. The ONLY personnel authorized to maintain and install ICIDS is a DAQ certified value added reseller. There is currently a total of 16 national value added reseller and territory specific value added resellers certified by DAQ to work on ICIDS in the United States. A list of DAQ value added resellers can be found on their website at: https://www.daq.net/corporate/var-list.

Identify any condition or action that may unnecessarily restrict competition with respect to this acquisition. Please contact MICC Advocate for Competition, Scott Kukes, at scott.d.kukes.civ@army.mil or 210-466-3015, if you believe that this action is unreasonably restricting competition. Include the subject of the acquisition, this announcement, and the MICC POC information from the Source Sought Synopsis. Provide the specific aspects that unreasonably restrict competition and the rationale for such conclusion.

The contract type is anticipated to be Firm Fixed Price with a period of performance that will consist of five years (base plus four years) beginning on December 1, 2025.

Upon evaluation of the capability statements, if it is determined that this requirement will be an unrestricted competition, because there is no goal/target requirement for a small business. There is no requirement for a subcontracting plan in which goals/targets would be stipulated. A small business must comply with the limitations of subcontracting clause which is distinct from a subcontracting plan. This requirement would only be effective at the time of a firm's response to an Issued Solicitation and is not practical for evaluation, assessment or consideration during a sources sought. A sources sought notice is intended to Enhance Market Research and not intended as a detrimental tool or sword to cutoff a small firm by Evaluating the responses to a sources sought notice as if they were responses to the Governments' Issued Solicitation.

Your response to this Sources Sought, including any capabilities statement, shall be electronically submitted to the Contract Specialist, Vernard Ross, in either Microsoft Word or Portable Document Format (PDF), via email: vernard.d.ross.civ@army.mil

All data received in response to this Sources Sought that is marked or designated as corporate or proprietary will be fully protected from any release outside the Government.

No phone calls will be accepted.

All questions must be submitted to the contract specialist identified above. The Government is not committed nor obligated to pay for the information provided, and no basis for claims against the Government shall arise as a result of a response to
this Sources Sought.

Background
The Fort Riley Mission and Installation Contracting Command (MICC) is seeking to procure maintenance and monitoring services for the Intrusion Detection System (IDS) at Fort Riley, Kansas. The agency aims to ensure the operational integrity of the IDS, which is critical for security at various facilities including headquarters buildings, firearm warehouses, and Sensitive Compartmented Information Facilities (SCIF).

This sources sought notice serves as a market research tool to identify potential contractors capable of fulfilling this requirement, particularly focusing on small businesses.

Work Details
The contractor shall provide all necessary personnel, management, equipment, tools, materials, supervision, and services for the maintenance and monitoring of the Intrusion Detection Systems (IDS) at Fort Riley. Key tasks include:
1. Administering and maintaining the entire Integrated Commercial Intrusion Detection System V (ICIDS-V) network.
2. Providing labor for maintenance and repair of all IDS components.
3. Ensuring alarm monitoring services are available 24/7.
4. Conducting administrative services including managing user accounts and assisting with Personal Identification Number (PIN) issuance.
5. Responding to system failures or alarms within specified timeframes.
6. Maintaining a clean and professional appearance among contractor personnel while adhering to safety protocols.
7. Submitting required documentation such as resumes and certifications for all personnel prior to contract performance.
8. Establishing a Quality Control Plan that includes regular inspections and corrective actions for service deficiencies.

Period of Performance
The anticipated period of performance is five years, consisting of a base year plus four option years, beginning on December 1, 2025.

Place of Performance
Fort Riley, Kansas 66442

Overview

Response Deadline
Feb. 18, 2025, 1:00 p.m. EST Past Due
Posted
Feb. 3, 2025, 3:56 p.m. EST
Set Aside
Small Business (SBA)
Place of Performance
Fort Riley, KS 66442 United States
Source

Current SBA Size Standard
$25 Million
Pricing
Fixed Price
Est. Level of Competition
Low
Odds of Award
57%
On 2/3/25 MICC Fort Riley issued Sources Sought W911RX-25-Q-0023 for Fort Riley Intrusion Detection System (IDS) Maintenance and Monitoring due 2/18/25. The opportunity was issued with a Small Business (SBA) set aside with NAICS 561621 (SBA Size Standard $25 Million) and PSC J063.
Primary Contact
Name
Ross Vernard   Profile
Phone
None

Secondary Contact

Name
Savannah Kennedy   Profile
Phone
None

Additional Contacts in Documents

Title Name Email Phone
MICC Advocate for Competition Scott Kukes Profile scott.d.kukes.civ@army.mil (210) 466-3015

Documents

Posted documents for Sources Sought W911RX-25-Q-0023

Question & Answer

The AI Q&A Assistant has moved to the bottom right of the page

Incumbent or Similar Awards

Contracts Similar to Sources Sought W911RX-25-Q-0023

Potential Bidders and Partners

Awardees that have won contracts similar to Sources Sought W911RX-25-Q-0023

Similar Active Opportunities

Open contract opportunities similar to Sources Sought W911RX-25-Q-0023

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE ARMY > AMC > ACC > MISSION & INSTALLATION CONTRACTING COMMAND > 418TH CSB
FPDS Organization Code
2100-W911RX
Source Organization Code
500036856
Last Updated
March 5, 2025
Last Updated By
vernard.d.ross.civ@army.mil
Archive Date
March 5, 2025