Follow-On for Alarm Monitoring Services at Fort Hood, TX
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 is soliciting proposals for a Follow-On for Alarm Monitoring Services at Fort Hood, TX. This 8(a) Small Business Set-Aside opportunity seeks continuous 24/7 alarm monitoring for the Integrated Commercial Intrusion Detection System (ICIDS). The contract will be a Firm-Fixed-Price award using the Lowest Price Technically Acceptable (LPTA) method. Proposals are due May 31, 2026, at 3:30 PM CST.
Scope of Work
The contractor will provide qualified personnel and management for continuous 24/7 alarm monitoring services at Fort Hood, TX, as detailed in the Performance Work Statement (PWS). Key responsibilities include:
- Monitoring the Integrated Commercial Intrusion Detection System (ICIDS).
- Implementing alarm resolution procedures and ensuring timely reporting of alarms, system errors, and faults with detailed documentation.
- Developing and implementing a Quality Control Plan (QCP) within 30 days of contract award.
- Adhering to the Government Standard Operating Procedures (SOP) for the Fort Hood Alarm Monitoring Station.
Contract Details
- Contract Type: Firm-Fixed-Price (FFP).
- Period of Performance: Approximately July 1, 2026, to June 30, 2031, consisting of a 1-month phase-in, 11 months of base service, four 12-month option years, one 11-month option year, and a 6-month option to extend services.
- Set-Aside: This acquisition is exclusively set-aside for 8(a) small business concerns.
- NAICS Code: 561621 – Security Systems Services (except Locksmiths), with a $25M size standard.
- PSC: S211 – Surveillance Services.
- Security Requirements: Contractor personnel must possess and maintain active Secret level security clearances at the time of proposal submission. Facility clearance and safeguarding of classified information are required per DD Form 254.
- Training: Personnel must complete Anti-Terrorism (AT) Level I, OPSEC Awareness, Information Assurance (IA), Threat Awareness Reporting Program (TARP), and iWATCH training.
- Wage Determination: Wage Determination No. 2015-5237, Revision 30, for Bell and Coryell Counties, TX, applies.
- Incidental Property: The contract includes incidental office property such as IDS Monitoring Computer Workstations, Monitors, Printers, and Fort Cavazos NIPR Workstation and Printer.
Submission & Evaluation
- Evaluation Method: Lowest Price Technically Acceptable (LPTA), based on Cost/Price, Technical, and Past Performance.
- Proposal Submission Deadline: May 31, 2026, at 3:30 PM CST.
- Questions Due Date: May 19, 2026, at 3:30 PM CST.
- Submission Instructions: Quotes must be submitted via email, not exceeding 8MB per email, and the offer packet should not exceed 25 pages. Offerors must reference and acknowledge all amendments.
- Notes: The Government reserves the right to cancel the solicitation and intends to make an award without negotiations, though negotiations may occur if in the government's best interest. The requirement is subject to the availability of appropriated funds.
Points of Contact
- Contract Specialist: SSG Shemar Mason (shemar.a.mason.mil@army.mil)
- Contract Specialist: Nikki Martinez (nikki.d.martinez.civ@army.mil)
- Contracting Officer: Ryan Hoover (ryan.d.hoover.civ@army.mil)