Intrusion Detection System (IDS) located at the Aberdeen Federal Building
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 Homeland Security (DHS) Federal Protective Service (FPS) is soliciting proposals for the installation of an Intrusion Detection System (IDS) at the Aberdeen Federal Building in Aberdeen, SD. This acquisition is a 100% Total Small Business Set-Aside and will result in a firm-fixed price contract. Quotes are due by May 4, 2026, at 1:00 PM CST.
Scope of Work
This requirement, under RFQ 70RFPW26QW8000006, involves the purchase and installation of a new standalone IDS. The system components include one alarm panel, a new backup power supply, forty magnetic door contacts, twenty-one glass break sensors, two keypads, one wall-mounted siren, and all necessary appurtenances for a fully functional system. The contractor is responsible for providing all labor, materials, management, expertise, transportation, supervision, training, licenses, and permits. The installation must comply with the Statement of Work (SOW) and associated drawings.
Contract & Timeline
- Type: Firm-Fixed Price Request for Quotation (RFQ)
- NAICS: 561621 (Security Systems Services (except Locksmiths))
- Size Standard: $25 million
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
- Period of Performance: Installation to be completed no later than 90 business days after receipt of the Notice to Proceed.
- Questions Due: April 14, 2026
- Quotes Due: May 4, 2026, 1:00 PM CST
- Published: April 6, 2026
Submission & Evaluation
- Submission: Quotes must be submitted electronically via email. Files should be in PDF format, preferably compressed using WinZip, with the password sent in a separate email. The email subject line must include the solicitation number 70RFPW26QW8000006.
- Evaluation: Award will be based on a best value determination. Technical Specifications are the most important factor, followed by Past Performance (second most important), and Price (least important). Non-price factors combined are more important than price.
- Required Submissions: Offerors must provide an itemized list of quoted equipment (brand, model, quantities), cut sheets with narrative descriptions and technical specifications, and up to three Past Performance Project Forms with corresponding Past Performance Questionnaires.
- Registration: An active registration in SAM.gov is mandatory for award.
Additional Notes
Key attachments include the Statement of Work (Attach A), Drawings (Attach B), Past Performance Project Form (Attach C), Past Performance Questionnaire (Attach D), Department of Labor Wage Determination (Attach E), and a Contractor Quotation Checklist (Attach F). Offerors are strongly encouraged to review all attached documents.