Electronic Security System (ESS) Maintenance and Service- Fort Leavenworth, KS
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 Army, MICC-Fort Leavenworth, has issued a Solicitation for Electronic Security System (ESS) Maintenance and Service at Fort Leavenworth, Kansas. This Total Small Business Set-Aside opportunity seeks a contractor to provide non-personal services for the maintenance and repair of Physical Access Control Systems (PACS), Intrusion Detection Systems (IDS), and Closed-Circuit Television (CCTV) systems. Proposals are due by April 23, 2026, at 01:00 PM Local Time.
Scope of Work
The contract requires comprehensive maintenance and service for the existing ESS infrastructure. Key responsibilities include developing and maintaining an Integrated Tracking System (ITS) for equipment inventory and preventive maintenance. The contractor will perform scheduled Preventive Maintenance (PM) and provide 24/7/365 Corrective Maintenance (CM) with defined response times based on priority levels (e.g., 2 hours for Priority 1 failures). A robust parts management program is also required. Personnel must possess a Secret Clearance at the time of proposal submission and maintain it throughout the contract, in addition to completing mandatory training such as Anti-Terrorism (AT) Level I, OPSEC Level I, iWATCH, Cyber Awareness, and Personally Identifiable Information (PII) training. Detailed performance standards and acceptable quality levels are outlined in the Performance Requirements Summary (Attachment 1). The scope covers a wide array of equipment, including various IDS components, card readers, and cameras, as detailed in the Sterilized Combined Equipment List (Attachment 3). Technical specifications are guided by UFGS 28 10 05 (Attachment 6).
Contract & Timeline
- Contract Type: Indefinite Delivery, Indefinite Quantity (IDIQ), non-personal services.
- Period of Performance: A base period from June 15, 2026, to June 14, 2027, followed by four option years.
- Set-Aside: Total Small Business.
- NAICS Code: 561621, with a size standard of $25,000,000.00.
- Proposal Submission Deadline: April 23, 2026, 01:00 PM Local Time.
- Published Date: March 11, 2026.
- Site Visit: A site visit is scheduled for Tuesday, March 17, 2026, at 1:30 PM Central Standard Time (CST) at Bldg 338 Blockberger Terrace, Fort Leavenworth, KS. RSVP is required by Monday, March 16, 2026, at 1:00 PM CST to jazmin.burns.mil@army.mil.
- Questions Deadline: All questions must be submitted to CPT Jazmin Burns (jazmin.burns.mil@army.mil) by Tuesday, March 24, 2026, at 1:30 PM CST.
Submission & Evaluation
Proposals must be submitted to the Mission and Installation Contracting Command (MICC) Fort Leavenworth, ATTN: CCMI-LV (Mr. Robert Parvin), 535 Kearny AVE, Bldg #338, Fort Leavenworth, Kansas 66027, or via email to robert.m.parvin.civ@army.mil. Submissions should be organized into four volumes: RFP Documents, Technical Capability Proposal, Past Performance, and Price Proposal. The award will be made on a trade-off basis, where Technical Capability is slightly more important than Past Performance, and Technical Capability and Past Performance combined are significantly more important than Price. Bidders should utilize the provided Past Performance Questionnaire (Attachment 9) for client feedback. Compliance with the Service Contract Act Wage Determination (Attachment 10) is required for labor costing.