Fort Bragg 525 EMIB IDS Installation to Existing System
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 Bragg is conducting a Sources Sought to identify qualified contractors for Intrusion Detection System (IDS) installation and monitoring for the 525th Expeditionary-Military Intelligence Brigade (525th E-MIB) at Fort Bragg, NC. This effort involves integrating IDS monitoring into an existing Army prototype system located within a Temporary Sensitive Compartmented Information Facility (TSCIF). Contractors must possess a valid Top-Secret clearance upon contract award. Responses are due by January 29, 2026, at 2:00 PM EST.
Scope of Work
The contractor will install one motion sensor inside a prototype vehicle and two sensors outside to monitor its doors. These sensors must interface with an existing Balanced Magnetic Switch (BMS) on the rear door. All sensor signals will be integrated into the existing DAQ IDS system for the Directorate of Emergency Services (DES)/Project Management Office (PMO) to enable Military Police (MP) response. The system needs to be programmed as a 24/7 zone, armable and disarmable with the existing setup. The scope also includes pulling necessary cabling (potentially requiring panel removal/reinstallation without voiding warranty), utilizing existing molex plugs, connecting conductors from the vehicle platform to an interface panel, and adding a RIOX board to the existing Remote Area Data Collector (RADC). Coordination with compound and DES personnel for connections, programming, and testing, along with system training, is required.
Contract & Timeline
- Type: Sources Sought (for market research and planning purposes only)
- Anticipated NAICS: 238210 Electrical Contractors and Other Wiring Installation Contractors (Size Standard: $19 million)
- Place of Performance: Fort Bragg, NC
- Work Commencement: Upon award
- Functional Equipment Deadline: No later than February 9, 2026
- Response Due: January 29, 2026, 2:00 PM EST
- Published: January 23, 2026
Eligibility / Set-Aside
The U.S. Government desires to procure this requirement on a small business set-aside basis, contingent upon receiving sufficient responses from at least two qualified small businesses. All small businesses, including 8(a), Small Disadvantage Business, HUBZone, Service-Disabled Veteran-Owned, and Women-Owned Small Business concerns, are encouraged to identify their capabilities.
Submission & Evaluation
This is not a request for quotes, bids, or proposals, and unsolicited proposals will not be accepted. Interested firms should provide details on their capabilities, interest in competing, previous experience, and pricing information. Suggestions for structuring contract requirements to facilitate small business competition, identification of restrictive practices, and recommendations to improve the approach or draft SOW are also requested. Responses will be used to determine industry capability and potential for a small business set-aside.
Special Requirements
Contractors must possess a valid Top-Secret clearance upon contract award to access the facility. A Secret Facility Clearance may also be required. All personnel must follow Fort Bragg, NC base access procedures.
Additional Notes
This notice does not commit the U.S. Government to contract for any supply or service. Not responding to this notice does not preclude future participation if a solicitation is released. Potential offerors are responsible for monitoring SAM.gov for future information.