Corrective and Preventative Maintenance of Electronic Security Systems at the Ronald Reagan Building
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 Homeland Security (DHS), Federal Protective Service (FPS), is seeking a contractor for Corrective and Preventative Maintenance of Electronic Security Systems at the Ronald Reagan Building (DC0459). This acquisition is a Total Women-Owned Small Business (WOSB) Set-Aside and anticipates an Indefinite Delivery/Indefinite Quantity (IDIQ) contract with fixed-price provisions. The solicitation is expected to be issued on or about May 20, 2026. A Secret Clearance is required prior to performance.
Scope of Work
The contractor will provide preventative maintenance, repair, replacement, lifecycle upgrades, and installations to address assessed security vulnerabilities and gaps in existing security systems. Services include routine and preventive maintenance, repairs, and service calls. The Visual Security System (VSS) equipment includes interior and exterior fixed IP cameras, controllers, monitors, NVR recorders, power supplies, and all associated ancillary equipment and infrastructure within the Ronald Reagan Building Complex.
Contract Details
- Contract Vehicle: Indefinite Delivery/Indefinite Quantity (IDIQ) with fixed-price provisions. Resultant task orders will be Firm Fixed Price (FFP).
- Period of Performance: One-year base ordering period with four one-year optional ordering periods.
- Set-Aside: Total Women-Owned Small Business (WOSB).
- NAICS Code: 561621, Size Standard: $25 million.
- Clearance: A Secret Clearance is required prior to the start of performance.
- Registration: The successful Contractor must be registered with the System for Award Management (SAM) at http://www.sam.gov.
Evaluation Criteria
- Source Selection: Best value/trade-off process.
- Factors: Technical, non-price factors, when combined, are more important than price. Submission requirements and evaluation criteria will be defined in the forthcoming solicitation.
Key Dates & Contacts
- Presolicitation Published: April 22, 2026.
- Solicitation Expected: On or about May 20, 2026.
- Questions: All questions must be submitted in writing to Contract Specialist Christopher Kelly at Christopher.Kelly@fps.dhs.gov.