Electronic Security System (ESS) Maintenance and Service- Amend 0001
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The Department of the Army, MICC - Fort Leavenworth, is soliciting proposals for Electronic Security System (ESS) Maintenance and Service at Fort Leavenworth, Kansas. This Total Small Business Set-Aside opportunity is for a non-personal services Indefinite Delivery, Indefinite Quantity (IDIQ) contract covering Physical Access Control Systems (PACS), Intrusion Detection Systems (IDS), and Closed-Circuit Television (CCTV) systems. The solicitation, initially issued as W91QF426RA010, has been amended (Amendment 0001) to update various sections and extend the proposal deadline.
Scope of Work
The contract requires comprehensive maintenance and repair services for the existing ESS infrastructure. Key services include:
- Preventive Maintenance (PM): Scheduled maintenance for IDS, ACS, and CCTV systems.
- Corrective Maintenance (CM): 24/7/365 corrective maintenance with defined response times (e.g., 2 hours for Priority 1 failures).
- Integrated Tracking System (ITS): Development and maintenance of an ITS for equipment inventory, warranties, and PM.
- Parts Management: A program for managing parts with pre-approved vendors.
- Reporting: Submission of annual Service Contract Reports (SCR) and detailed PM reports.
- Performance Standards: Adherence to specific performance standards and acceptable quality levels (AQLs) for equipment inventory, warranty processing, service order repairs, and unscheduled service.
Key Requirements
- Personnel Security: Contractor personnel must obtain a Secret Clearance within 120 days of contract award. Technician certifications can be completed within 60 days of award.
- Dealer Authorization: The contractor must be an authorized dealer for Software House (C-Cure). Lenel authorization is negotiable.
- Cybersecurity: No STIGS or other cybersecurity functions are required for stand-alone or closed restricted network systems. The contractor's network responsibility is limited to troubleshooting communication loss.
- Existing Infrastructure: Bidders should review detailed equipment lists (Attachment 3), historical maintenance data (Attachment 11), and system ID serial numbers (Attachment 12) for C-Cure and Lenel systems to understand the current technological landscape.
Contract Details
- Contract Type: Indefinite Delivery, Indefinite Quantity (IDIQ)
- Period of Performance: A base period (June 15, 2026 - June 14, 2027) plus four option years.
- NAICS Code: 561621 (Size Standard: $25,000,000.00)
- Place of Performance: Fort Leavenworth, Kansas.
Submission & Evaluation
- Proposal Due Date: April 23, 2026, at 01:00 PM Local Time.
- Submission Method: Physical proposal submissions are required.
- Proposal Format: Four volumes: RFP Documents, Technical Capability Proposal, Past Performance, and Price Proposal.
- Evaluation Criteria: Award will be made on a trade-off basis. Technical Capability is slightly more important than Past Performance. Technical Capability and Past Performance combined are significantly more important than price.
- Past Performance: Offerors may submit a maximum of five recent relevant projects (within the past seven years from RFP issue date), with a maximum of three questionnaires requested.
Important Dates & Contacts
- Site Visit: A site visit was conducted on March 17, 2026. Site visit questions and answers have been added to the solicitation.
- Questions: Submit any questions to CPT Jazmin Burns at jazmin.burns.mil@army.mil.
- Primary Contact: Jazmin Burns, Contract Specialist, jazmin.burns.mil@army.mil, 520-706-2498.
- Secondary Contact: Robert M. Parvin, robert.m.parvin.civ@army.mil, 520-944-3389.