Closed Circuit TV Maintenance Support for DFAS-IN
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 Defense Finance and Accounting Service (DFAS) is conducting market research for Closed-Circuit Television (CCTV), Intrusion Detection System (IDS), and Access Control System (ACS) maintenance and on-call support at DFAS Indianapolis, IN. This is a Sources Sought notice, not a solicitation, aimed at identifying capable vendors. Responses are due March 19, 2026.
Purpose
This Sources Sought notice is for market research purposes only, to gather information from interested and capable vendors. The goal is to assess industry capabilities for providing comprehensive maintenance and on-call service support for existing CCTV, IDS, and ACS infrastructure at DFAS Indianapolis, IN, and to inform the appropriate acquisition strategy.
Scope of Work
The requirement includes furnishing all labor, supervision, tools, materials, and equipment for routine preventative maintenance, troubleshooting, repair, system administration, configuration support, and the installation/removal/replacement of system components. The scope specifically covers LENEL Access Control Systems (including System Administration, Alarm Monitoring, Video Viewer) and DMP/Bosch Intrusion Detection System panels. New system installations, capacity increases, or expansions are explicitly outside the scope.
Required Capabilities & Performance
Vendors must demonstrate expertise in LENEL OnGuard System software (including certification and Value Added Reseller status) and Bosch/DMP Intrusion Detection Systems (including reseller authorization). Technicians are required to have current manufacturer certifications and a minimum of three years of experience. Performance standards include emergency response within 4 hours for critical assets, non-emergency response within 24 hours, and maintaining a ≥98% monthly uptime per standalone system. Personnel must be U.S. Citizens, meet Tier 3 security requirements, and comply with CMMC Level 1 for Federal Contract Information.
Anticipated Contract Details
The anticipated contract will have a one-year base period with four one-year option periods, for a total potential duration of five years. The place of performance is DFAS-Indianapolis, IN. The applicable NAICS code is 561621 (Security Systems Services, except Locksmiths) with a $25 million size standard.
Submission & Key Dates
Interested vendors are requested to submit a Contractor Capability Survey (maximum 3 pages) along with rough estimated pricing. The survey requires detailed business information (CAGE Code, SAM registration, business size, GSA Schedule status) and responses to specific questions regarding technical capabilities, certifications, and past experience.
- Response Due: March 19, 2026, at 4:00 PM EST.
- Submission Email: dcoleman.dieger.civ@mail.mil and terri.l.davis34.civ@mail.mil.
- Primary Contact: Coleman Dieger (dcoleman.dieger.civ@mail.mil, 614-894-8489).
Set-Aside
No specific set-aside has been designated for this Sources Sought notice; however, all qualified and experienced sources, including small businesses (various categories), are encouraged to respond.