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, specifically the 353rd Special Operations Wing (SOW), is soliciting proposals for Intrusion Detection System (IDS) Integration for the FM9 ARMAG project 3 at Kadena Air Base, Japan. This Firm Fixed-Price solicitation aims to integrate IDS into the Base Defense Operations Center (BDOC) vindicator system for six ARMAG Corporation modular SCIFs. The acquisition is UNRESTRICTED. Proposals are due February 21, 2026, at 10:00 AM JST.
Scope of Work
The primary objective is to integrate Intrusion Detection Systems into the BDOC vindicator system for six ARMAG Corporation modular SCIFs (1-6) at Kadena Air Base, Japan. The IDS must properly annunciate at BDOC Building 705 and meet specific physical criteria. Key tasks include:
- Providing all labor for IDS integration and testing.
- Verifying firmware compatibility between integrated components and the current 18th Security Forces (18 SFS) HE V5 Server.
- Integrating existing/provided equipment (GFP/GFE) and infrastructure into the BDOC vindicator system.
- Providing connectivity components for the current 18 SFS Vindicator system into BDOC.
- Performing Contractor Verification Testing, including Cybersecurity and stability testing.
- Supporting all phases of Government acceptance testing.
- Handling and containing hazardous materials/waste.
- Providing comprehensive documentation, labeling added equipment, and documenting the entire process, testing, and results.
- Ensuring user-provided tamper protection achieves 100% detection.
Contract Details
- Contract Type: Firm Fixed Price
- Product Service Code (PSC): H263 (Installation of Alarm, Signal & Security Detection Systems)
- NAICS Code: 561621 (Security Systems Services) with a $25,000,000 size standard.
- Set-Aside: UNRESTRICTED
- Period of Performance: March 16, 2026, to April 30, 2026. The Statement of Work specifies a firm completion date of no later than April 1, 2026, for the integration work.
- Place of Performance: Kadena Air Base, Japan.
Submission & Evaluation
- Offer Due Date: February 21, 2026, at 10:00 AM JST.
- Questions Due: February 13, 2026, at 08:00 AM JST. Answers will be provided by COB on February 17, 2026, JST.
- Evaluation Factor: Lowest Price Technically Acceptable (LPTA).
- Payment: Payment requests and receiving reports must be submitted via Wide Area WorkFlow (WAWF).
Special Requirements
Contractor personnel performing finishing work (terminations, network device connections, programming) must be U.S. citizens. Local national contractors may perform other tasks. All personnel must comply with security requirements outlined in the Construction Security Plan (CSP) and relevant AFI/PACAF/IC Tech Spec standards. Common Access Cards (CACs) are required for contractor personnel. Daily site cleanup and debris removal to an off-base location are mandatory.
Contacts
- Primary: Austin A Howton (austin.howton@us.af.mil)
- Secondary: Sandeep Chhugani (sandeep.chhugani.jp@us.af.mil, 3156341935)
- Delivery/Performance: Maj. Benjamin Bean (benjamin.bean.2@us.af.mil, 3156348055)