Intrusion Detection System (IDS) Installation at the Robert T. Matsui United States Courthouse, 501 I St, Sacramento, CA 95814 (CA0306)
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 Homeland Security (DHS), Federal Protective Service (FPS), is seeking proposals for the purchase and installation of a new Intrusion Detection System (IDS) at the Robert T. Matsui United States Courthouse in Sacramento, CA. This is a 100% Small Business Set-Aside under RFQ 70RFPW26QW9000004. Offers are due March 9, 2026, at 0900 PST.
Scope of Work
The contractor will install a new, independent IDS, including alarm panels, keypads, glass break sensors, door contacts, roll-up door contacts, duress buttons, and zone expanders. The scope also involves the removal and disposal of existing IDS equipment not designated for reuse, and the provision of all necessary hardware, cabling, and appurtenances. The new IDS will operate independently from the existing Physical Access Control System (PACS). Deliverables include complete system design wiring schematic diagrams, riser diagrams, and as-built drawings.
Key Requirements & Standards
The system must be UL listed, IP-based, and include tamper switches with sufficient backup power (4 hours standby, 5 minutes alarm). Installers must be trained, certified, and authorized by the manufacturer. The contractor must be ISO 9001-2015 Certified. All work must comply with federal, state, and municipal safety regulations, including NFPA 70, NEC, and UL standards. Equipment must be NDAA and TAA compliant. Personnel require background investigations and adherence to Controlled Unclassified Information (CUI) handling procedures. A Project Plan is required within 15 business days of award.
Contract Details
- Type: Firm-Fixed Price (Simplified Acquisition Procedures under FAR Subpart 13)
- Set-Aside: 100% Small Business
- NAICS: 561621 (Security Systems Services) with a $25 million size standard
- Period of Performance: 60 days following Notice to Proceed
- Place of Performance: Robert T. Matsui United States Courthouse, Sacramento, CA
Submission & Evaluation
Proposals will be evaluated based on Technical Specifications, Past Performance, and Price, with Technical Specifications and Past Performance being more important than Price. Required submission components include:
- Technical: Itemized equipment list (no pricing), cut sheets, ISO 9001-2015 certification.
- Price: Completed SF 1449 with total price and an itemized breakdown.
- Documentation: Signed checklist, acknowledgment of amendments, representations/certifications, licenses, and insurance.
- Past Performance: Up to three past project forms (Attachment D) and completed Past Performance Questionnaires (Attachment E) from references. Two separate email submissions are required: one with all parts, and a second with only the technical part (Part I) with PII redacted.
Key Dates & Contact
- Site Visit: February 4, 2026, at 0900 PST
- Questions Due: February 19, 2026
- Offers Due: March 9, 2026, at 0900 PST
- Contact: Dolor E. Alegrado (Dolor.E.Alegrado@fps.dhs.gov)