353 SOW FM9 ARMAG project 3 - Intrusion Detection System IDS Integration
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 Air Force is soliciting proposals for the integration of an Intrusion Detection System (IDS) for the 353 SOW FM9 ARMAG project 3 at Kadena Air Base, Japan. This Firm Fixed-Price contract requires integrating IDS into six ARMAG Corporation modular SCIFs with the Base Defense Operations Center (BDOC) vindicator system. The acquisition is Unrestricted. Quotes are due March 16, 2026, at 12:00 PM JST.
Scope of Work
The contractor will provide all labor for the integration and testing of IDS into six ARMAG Corporation modular SCIFs, connecting them to the BDOC vindicator system (Building 705). Key tasks include:
- Integrating existing/provided equipment and Government Furnished Equipment (GFE), such as Vindicator Headend/Workstation, VBM 3 Badge Manager, AE SAW 2 Client, V3 IDS Encryption Wire, UPS, badging software, and ICD-705 units with specific components and networking equipment.
- Verifying firmware compatibility with the 18th Security Forces HE V5 Server.
- Performing Contractor Verification Testing, including Cybersecurity and stability testing.
- Supporting Government acceptance testing.
- Ensuring 100% detection for tamper protection.
- Providing all required documentation, labeling, and process documentation.
- The contractor is responsible for obtaining necessary host nation permits.
- Personnel performing finishing work (terminations, network, programming) must be U.S. citizens.
Contract Details & Timeline
- Contract Type: Firm Fixed Price
- Set-Aside: Unrestricted
- NAICS Code: 561621 (Security Systems Services), Size Standard: $25,000,000.00
- Place of Performance: Kadena Air Base, Japan
- Period of Performance: Vendors should propose a realistic period, with a firm completion date no later than April 1, 2026. The work is focused on system integration without material procurement.
- Quote Due Date: March 16, 2026, at 12:00 PM JST.
- Published Date: March 10, 2026.
Evaluation & Submission
- Evaluation Factor: Lowest Price Technically Acceptable (LPTA).
- Proposals must incorporate FAR clauses 52.212-1 (Instructions to Offerors) and 52.212-2 (Evaluation-Commercial Products and Commercial Services).
- Payment requests will be submitted via Wide Area WorkFlow (WAWF).
- Common Access Cards (CACs) are required for contractor personnel.
Amendments & Clarifications
- Amendment 1 extended the response due date.
- Amendment 2 incorporated Government answers to contractor questions (RFI document). Key clarifications include:
- Vendors must quote based on the current SOW; no site survey will be conducted by the government. Vendors are responsible for identifying electrical and connectivity needs.
- A detailed list of Government Furnished Equipment (GFE) is provided.
- The contractor is responsible for host nation permits.
- The performance period is expected to be shorter than 150 days, focusing on integration only.
Contacts
- Primary Point of Contact: Austin A Howton (austin.howton@us.af.mil)
- Secondary Point of Contact: Nina Wickwire (nina.wickwire.2@us.af.mil, 3156340896)
- For Delivery/Performance: Maj. Benjamin Bean (benjamin.bean.2@us.af.mil, 3156348055)