Skip to main content

An official website of the United States government

You have 2 new alerts

Integrated Commercial Intrusion Detection System (ICIDS) - Solicitation

info alert

Note: There have been new actions to this contract opportunity. To view the most recent action, please click here.

Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information

  • Contract Opportunity Type: Solicitation (Updated)
  • Updated Published Date: Oct 06, 2023 02:01 pm CDT
  • Original Published Date: Aug 30, 2023 08:26 am CDT
  • Updated Date Offers Due: Oct 23, 2023 12:00 pm CDT
  • Original Date Offers Due: Sep 29, 2023 02:00 pm CDT
  • Inactive Policy: 15 days after date offers due
  • Updated Inactive Date: Nov 07, 2023
  • Original Inactive Date: Oct 14, 2023
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Product Service Code: J063 - MAINT/REPAIR/REBUILD OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS
  • NAICS Code:
    • 561621 - Security Systems Services (except Locksmiths)
  • Place of Performance:
    Fort Sill , OK 73503
    USA

Description

Amendment 02

The purpose of this amendment is to extend the closing date to 23 October 2023 at 12:00 p.m. See Summary of Changes for details. All other terms and conditions remain the same. 

Amendment 01

The purpose of this amendment is to extend the closing date to 12 October 2023 at 2:00 p.m. In addition, updates have been made to Technical Exhibit A , Attachment 1 - Performance Work Statement_ICIDS and the Bid Schedule. Attachment 4 - ICIDS Questions Answers 01 has been included to provide answ ers to Contractor Questions. See Summary of Changes f or details. All other terms and conditions remain the same.

Non-Personal Services - Integrated Commercial Intrusion Detection System (ICIDS) Maintenance

The Mission and Installation Contracting Command (MICC) Fort Sill, has a requirement for ICIDS maintenance contract. The Contractor shall provide all necessary personnel, management, equipment, tools, materials, supervision, and other items and services, not identified as Government-Furnished, necessary to perform the installation, maintenance, adjustment, surveying, removal, repair, and replacement services, and provide systems administration (SA) for the Intrusion Detections Systems (IDS) at Fort Sill, Oklahoma. Fort Sill currently has 430 + zones on the installation. These zones include headquarters buildings, firearm warehouses, document storage buildings, Sensitive Compartmental Information Facilities (SCIF), ammunition bunkers, in addition to several other type zones. The contractor should anticipate performing maintenance and monitoring on all zones, due to projected growth over the duration of this contract. This Non-Personal Services Contract will encompass the following security systems: Intrusion Detection System (IDS)/Integrated Commercial Intrusion Detection System (ICIDS). The Contractor shall ensure the IDS remain in maximum operational status. The Contractor shall also conduct 24/7 alarm monitoring of IDS.

North American Industrial Classification System (NAICS) Code 561621 is applicable to this acquisition. The applicable size standard is $25 million. The Government will be limiting competition to eligible 8(a) participants under a Request for Proposal (RFP). Evaluation of offers will be in accordance with Lowest Price Technically Acceptance (LPTA) procedures. A Firm Fixed Price (FFP) contract is anticipated. Services shall be procured in accordance with the format in FAR Subpart 12.6, Streamlined Procedures for Evaluation and Solicitation For Commercial Items and 13.5, Simplified Procedures for Certain Commercial Items to the maximum extent possible.  Expected award shall consist of one base period of performance (1 January 2024 – 30 September) and four one-year option periods of performance (1 October 2024 – 15 September 2028). There is no guarantee that any option period of performance will be exercised. The solicitation date of issue is on 30 August 2023. All responsible sources may submit a proposal which, if timely received, will be considered. All proposals must be submitted by 12 October 2023, 2:00pm CST. See solicitation for instructions.

Pursuant to FAR 4.1102, prospective contractors shall be registered in the System for Award Management (SAM) database prior to award of a contract. Contractors may obtain further information on SAM registration at the following website: https://sam.gov/. This announcement does not obligate the Government to award a contract, nor does it obligate the Government to pay for any proposal preparation costs.

The entire solicitation package will be made available on www.sam.gov website. Request for copies of the solicitation package by any other means will not be honored. Potential offerors are responsible for monitoring the sam.gov website for release of the solicitation package or subsequent solicitation amendments.

Any questions may be directed to Deidra Hicks (Contracting Officer) at deidra.l.hicks.civ@army.mil and Brandi O’Daniel (Contract Specialist) at brandi.l.odaniel.civ@army.mil.

Contact Information

Contracting Office Address

  • KO DIRECTORATE OF CONTRACTIN BLDG 1803 MACOMB ROAD
  • FORT SILL , OK 73503-0501
  • USA

Primary Point of Contact

Secondary Point of Contact

History