353 SOW FM9 ARMAG project 3 - Intrusion Detection System IDS Integration
SOL #: FA527026QB012Solicitation
Overview
Buyer
DEPT OF DEFENSE
Dept Of The Air Force
FA5270 18 CONS PK
APO, AP, 96368-5199, United States
Place of Performance
Kadena, JP-47, Japan
NAICS
Security Systems Services (except Locksmiths) (561621)
PSC
Miscellaneous Alarm, Signal, And Security Detection Systems (6350)
Set Aside
No set aside specified
Original Source
Timeline
1
Posted
Feb 10, 2026
2
Last Updated
Mar 10, 2026
3
Submission Deadline
Mar 16, 2026, 2:01 AM
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 Intrusion Detection System (IDS) Integration for the 353 SOW FM9 ARMAG project 3 at Kadena Air Base, Japan. This effort involves integrating IDS into the Base Defense Operations Center (BDOC) vindicator system for six ARMAG Corporation modular SCIFs. The solicitation is UNRESTRICTED, and proposals are due by March 15, 2026, at 12:00 PM JST.
Scope of Work
The contractor will integrate Intrusion Detection Systems (IDS) into the BDOC vindicator system for six ARMAG Corporation modular SCIFs (1-6) at Kadena Air Base, Japan. Key tasks include:
- Providing all labor for integration and testing.
- Verifying firmware compatibility with the 18th Security Forces (18 SFS) HE V5 Server.
- Integrating existing/provided equipment, Government Furnished Property/Equipment (GFP/GFE), and connectivity components into the BDOC vindicator system.
- 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, including labeling added equipment and detailing the process, testing, and results.
- Ensuring user-provided tamper protection achieves 100% detection.
Contract Details
- Contract Type: Firm Fixed Price Solicitation (FA527026QB012).
- Period of Performance: Offerors are asked to propose a realistic start date, with a firm completion date no later than April 01, 2026.
- Place of Performance: Kadena Air Base, Japan.
- Set-Aside: UNRESTRICTED.
- NAICS Code: 561621 (Security Systems Services), Size Standard: $25,000,000.00.
- Product Service Code: 6350 (Miscellaneous Alarm, Signal, And Security Detection Systems).
Submission & Evaluation
- Proposal Due Date: March 15, 2026, at 12:00 PM JST (corresponding to March 15, 2026, at 7:00 PM PST).
- Evaluation Factor: Lowest Price Technically Acceptable (LPTA).
- Payment: Requests and receiving reports to be submitted via Wide Area WorkFlow (WAWF).
- Questions: Questions on the solicitation were due February 13, 2026, at 08:00 JST.
Special Requirements
- Contractor personnel conducting finishing work (terminations, network connections, programming) must be U.S. citizens. Local national contractors may perform other tasks.
- Adherence to security requirements outlined in the Construction Security Plan (CSP) and specified standards (e.g., AFI31-101, PACAF SUP-O, IC Tech Spec).
- All wall penetrations require customer approval and fire-barrier sealant.
- Contractor personnel must comply with CSP security requirements.
- Work sites must be cleaned daily, with debris disposed of off-base at the contractor's expense. Common Access Cards (CACs) are required for contractor personnel.
Contacts
- Primary Contact: Austin A Howton (austin.howton@us.af.mil)
- Secondary Contact: Sandeep Chhugani (sandeep.chhugani.jp@us.af.mil, 3156341935)
People
Points of Contact
Austin A HowtonPRIMARY
Sandeep ChhuganiSECONDARY