ICIDS JBLM WA SOURCES SOUGHT

SOL #: PANMCC-26-P-0000036486Sources Sought

Overview

Buyer

DEPT OF DEFENSE
Dept Of The Army
W6QM MICC-JB LEWIS-MC CHORD
JOINT BASE LEWIS MCCH, WA, 98433-9500, United States

Place of Performance

North Lakewood, WA

NAICS

Security Systems Services (except Locksmiths) (561621)

PSC

Maintenance, Repair And Rebuilding Of Equipment: Alarm, Signal, And Security Detection Systems (J063)

Set Aside

No set aside specified

Timeline

1
Posted
Feb 19, 2026
2
Response Deadline
Feb 27, 2026, 8:00 PM

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 Mission and Installation Contracting Command (MICC), Joint Base Lewis-McChord (JBLM), is conducting a Sources Sought to identify interested and capable parties for Integrated Commercial Intrusion Detection System (ICIDS) Monitoring, Maintenance, Repair, Administration, and Survey services. These services are required at Joint Base Lewis-McChord, Yakima Training Center (YTC), McChord Field (MF), and Camp Murray (CM), WA. The government intends to procure these services on a competitive basis. Responses are due by 2 pm, PDT, on February 27, 2026.

Scope of Work

The requirement involves providing all personnel, equipment, tools, labor, materials, supervision, and non-personal services to monitor, maintain, repair, replace, survey, and manage the current ICIDS V Architectural Platform system to ensure 100% operational status. This includes:

  • Monitoring, maintenance, repair, and administrative support for Commercial Off-The-Shelf (COTS) hardware and software.
  • Support for interior and exterior sensors, audio recording systems, Security Virtual Local Area Network (vLAN) connection, Closed Circuit TV (CCTV), COBRA Automatic Number Plate Recognition System, and DAQ ICIDS Systems.
  • Providing surveys and cost estimates for new accounts, installation, and removal of security system components.
  • Services cover all security zones within the Monitoring, Maintenance and Repair (MM&R) ICIDS V contract, excluding Millennium Access Control Systems.
  • Performance standards include specific response times for failures (e.g., SCIF = 2 Hrs, AA&E Cat I = 2-6 Hrs) and repair times (IDS within 8 hours, CCTV within 5 working days).

Contract Details

  • Contract Type: Anticipated Firm Fixed Price Contract.
  • Period of Performance: Estimated base year plus four option years, commencing in September 2026.
  • Estimated Level of Effort: 99,460 man-hours over 5 years.
  • NAICS Code: 561621, Security Systems Services (except Locksmiths), with a Small Business Size Standard of $25 million.

Submission & Evaluation

  • Interested parties must submit a capabilities statement of no more than ten (10) pages.
  • Deadline: 2 pm, PDT, February 27, 2026.
  • Submission Method: Email responses to scott.a.byrd.civ@army.mil.
  • The government will evaluate market information to ascertain potential market capacity and determine the appropriate acquisition strategy.

Eligibility & Special Requirements

  • Set-Aside: This requirement may be set-aside for Small Businesses (in full or in part) or procured through Full and Open Competition. All Small Business Set-Aside categories will be considered.
  • Respondents must identify their business size and indicate if they qualify as a Small, Small Disadvantaged, Women-Owned, HUBZone, or Service Disabled Veteran-Owned Small Business Concern.
  • Under a Small-Business Set-Aside, the small business prime must perform at least 50% of the work.
  • Certification: Companies certified by DAQ and shown on their Value Added Resellers (VAR) list are eligible. The contractor must be a certified DAQ SMS Starwatch Distributorship/Integrator.
  • Security Clearances: A DD Form 254 will apply. The prime contractor must have or demonstrate the ability to obtain a company-wide Secret clearance, and key select positions require Top Secret Clearances.

Notes

This is a Sources Sought notice for informational purposes only and does not constitute a Request for Proposal (RFP). Responses will not be returned, and telephone inquiries will not be accepted. No funds are available for response preparation. Potential offerors are responsible for monitoring SAM.gov for future solicitations.

People

Points of Contact

Files

Files

Download
Download
Download

Versions

Version 1Viewing
Sources Sought
Posted: Feb 19, 2026
ICIDS JBLM WA SOURCES SOUGHT | GovScope