ICIDS Alarm System Preventative Maintenance
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, 418th Contracting Support Brigade, is soliciting proposals for Integrated Commercial Intrusion Detection System (ICIDS-IV) Alarm System Preventative Maintenance at Fort Bliss Military Reservation, TX, and surrounding facilities. This requirement ensures continuous operational status of the ICIDS-IV system. This acquisition is a Women-Owned Small Business (WOSB) Program Set-Aside. Quotes are due Monday, March 30, 2026, at 1300 Central Standard Time.
Scope of Work
The contractor will provide all personnel, equipment, supplies, and non-personal services necessary for scheduled and unscheduled maintenance, continuous operational monitoring, repairs, and upgrades of the ICIDS-IV system. This includes approximately 600 monitored zones and associated reporting infrastructure across Fort Bliss Military Installation, East Fort Bliss TX, Dona Ana N.M., Oro Grande N.M., and McGregor Range N.M. Facilities. Services cover Primary Monitoring Cabinet, Operator Work Station, and Remote Monitoring Stations (RMS). Performance standards include specific response times (e.g., 2 hours for emergencies, 24 hours for unscheduled maintenance) and 100% uptime for monitored zones.
Contract Details
- Contract Type: Firm Fixed-Price (FFP)
- Period of Performance: One (1) Base Year (April 1, 2026 - March 31, 2027) and four (4) 12-month option years, totaling approximately five years (through March 2031).
- Set-Aside: Women-Owned Small Business (WOSB) Program Set-Aside (FAR 19.15)
- NAICS: 561621, Security Systems Services (except Locksmiths), with a size standard of $25 million.
- Product Service Code: J063 (Maintenance, Repair And Rebuilding Of Equipment: Alarm, Signal, And Security Detection Systems)
- Place of Performance: Fort Bliss, TX; Dona Ana, NM; Oro Grande, NM; McGregor Range, NM.
Submission & Evaluation
- Submission Deadline: Monday, March 30, 2026, 1300 Central Standard Time.
- Submission Method: Electronic submission to the Contracting Officer and Specialist (emails provided in the solicitation).
- Proposal Components: Volume I - Technical Submission (sanitized), Volume II - Price Submission, and Past Performance Information.
- Evaluation Factors: Technical Capability, Price, and Past Performance. Technical evaluation will assess ICIDS maintenance capability, response times, availability of DAQ-certified technicians, regulatory compliance, and reporting accuracy.
- Evaluation Methodology: Technical Review, followed by Past Performance Review, then Price Review. Only quotes meeting minimum technical requirements will advance for price evaluation.
- Basis for Award: Award will be made to the offeror meeting minimum technical requirements, demonstrating satisfactory or neutral past performance, and offering the most advantageous price.
Special Requirements
Contractor personnel must possess Department of the Army Qualified Electronics-certified equipment/software and a minimum security clearance of Tier 1 (T1). Antiterrorism (AT) Level I training is required for all personnel accessing Army installations. The use of DAQ Electronics-certified equipment is mandatory due to the proprietary nature of the ICIDS-IV system, as outlined in the Brand Name Justification.