FAPH Integrated Commercial Intrusion Detection System Version VI
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 U.S. Army Fort A.P. Hill, through MICC – Fort Belvoir, is conducting market research via a Sources Sought notice to identify qualified small businesses for Integrated Commercial Intrusion Detection System (ICIDS Version VI) and Closed-Circuit Television (CCTV) services. This non-personal services contract will cover preventative maintenance, corrective maintenance, emergency repair, and installation at Fort A.P. Hill, Virginia. Capability statements are due by May 5, 2026.
Purpose & Scope
This is a Sources Sought notice for information and planning purposes to identify businesses capable of administering and maintaining the entire IDS/EECS/CCTV system in an operational state. The objective is to implement a comprehensive Maintenance Plan, including Preventative Maintenance, Corrective Maintenance, Emergency Repair, and Records Management for the ICIDS VI equipment. The contractor will provide all personnel, transportation, tools, supervision, and non-personal services necessary for component replacement, scheduled adjustments, testing, and system monitoring.
Contract Details
- Type: Sources Sought (market research for a future Firm Fixed-Price contract)
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
- NAICS Code: 561621, Security Systems Services (except Locksmiths), with a $25,000,000 size standard.
- Period of Performance: One (1) base year (12 months) and four (4) twelve-month option years, starting approximately August 16, 2026.
- Place of Performance: Fort A.P. Hill, Virginia.
Key Requirements & Eligibility
The contractor must provide qualified Telecommunications Mechanic Level II personnel with fifteen years of experience in IDS/EECS/CCTV systems and DAQ systems. Personnel require Secret security clearance. A critical requirement is that the Prime Contractor must be a DAQ Electronics Value Added Reseller (VAR) for ICIDS version VI and provide documentation. Performance standards include specific downtime limits (e.g., no more than 10 hours/month for scheduled maintenance) and rapid response/repair times (e.g., 1-hour response for normal duty hours, 6-hour repair for ICIDS servers).
Submission Instructions
Interested businesses should submit capability statements via email to Edward.k.faison.civ@army.mil and rickey.g.hampton.civ@army.mil. Responses must be in a Word or Word-compatible document, limited to two (2) pages. Businesses must be currently enrolled in SAM.gov.
Response Deadline & Contact
- Response Due: Friday, May 5, 2026, at 4:00 p.m. ET.
- Primary Contact: Edward Faison, edward.k.faison.civ@army.mil, 804-512-1837.