IDS Security Monitor & Maintenance Service

SOL #: W9124926RA009Combined Synopsis/Solicitation

Overview

Buyer

DEPT OF DEFENSE
Dept Of The Army
W6QM MICC-FT GORDON
FORT GORDON, GA, 30905, United States

Place of Performance

Fort Gordon, GA

NAICS

Facilities Support Services (561210)

PSC

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

Set Aside

No set aside specified

Timeline

1
Posted
Feb 13, 2026
2
Last Updated
Feb 20, 2026
3
Submission Deadline
Feb 20, 2026, 3:00 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 Department of the Army, MICC-FT Gordon, is soliciting proposals for Intrusion Detection System (IDS)/Integrated Commercial Intrusion Detection System (ICIDS) monitoring and maintenance services. This unrestricted opportunity aims to ensure maximum operational status of security systems at DACID Gillem facilities on Gillem Enclave in Forest Park, GA. Proposals are due NLT February 20, 2026, at 10:00 AM.

Scope of Work

This requirement is for non-personal services encompassing the monitoring and maintenance of IDS/ICIDS equipment across approximately 10 active alarm zones, with potential for 10% growth. Services include semi-annual preventative maintenance, corrective maintenance, emergency repairs, adjustment, surveying, repair, and replacement of equipment and software. Monitoring services must meet UL 2050 standards with 256-bit encryption, provide continuous system health checks, proactive maintenance reminders, quick software updates, and comprehensive audit trails. The contractor will coordinate direct liaison with local first responders, offering 24/7 staffed monitoring and rapid response coordination, and ensuring seamless integration with the existing security ecosystem.

Performance Standards

Key performance metrics include responding to standard alarms within 30 seconds, dispatching first responders 24/7, resolving emergency service maintenance repairs within 24 hours, and completing standard maintenance repairs within 48 hours. Semi-annual preventative maintenance checks and services (PMCS) must be performed as scheduled, and a Quality Control Plan (QCP) is required.

Special Requirements

Bidders must possess a secret facility clearance. Personnel are required to be CCURE certified technicians and hold necessary IDS monitoring certifications. The contractor must provide redundant monitoring stations with roll-over call capabilities and redundant communication paths (IP, cellular, landline) with remote access. Personnel must maintain a professional demeanor, adhere to security regulations, undergo background checks, obtain Common Access Cards (CAC), and complete OPSEC Level I training.

Contract Details

This is a Firm Fixed Price contract with a Period of Performance consisting of one (1) Base Year (March 1, 2026 – February 28, 2027) and four (4) Option Years. The acquisition is unrestricted. The North American Industry Classification System (NAICS) code is 561210 (Facilities Support Services), and the Product Service Code (PSC) is J063 (Maintenance, Repair And Rebuilding Of Equipment: Alarm, Signal, And Security Detection Systems). A Contract Data Requirements List (CDRL) for "IDS Monitoring Service" is included, detailing submission obligations.

Submission & Evaluation

Offerors must submit a technical proposal detailing their approach and past performance. The solicitation incorporates FAR 52.212-1, 52.212-4, and 52.212-5 by reference. While specific evaluation criteria are not detailed in the provided summaries, the document includes sections on "Evaluation - Commercial Products and Commercial Services" and "Addendum to Evaluation."

Key Dates

  • Questions Due: NLT February 18, 2026, at 10:00 AM
  • Proposals Due: NLT February 20, 2026, at 10:00 AM

Contact Information

For inquiries, contact Nina Rachal at nina.m.rachal.civ@army.mil.

People

Points of Contact

Nina RachalPRIMARY
Shecoriya ByrdSECONDARY

Files

Files

No files attached to this opportunity

Versions

Version 3
Combined Synopsis/Solicitation
Posted: Feb 20, 2026
View
Version 2
Combined Synopsis/Solicitation
Posted: Feb 19, 2026
View
Version 1Viewing
Combined Synopsis/Solicitation
Posted: Feb 13, 2026