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.
Opportunity Overview
The U.S. Department of Homeland Security (DHS), Federal Protective Service (FPS), is soliciting quotes for the purchase and installation of a new Intrusion Detection System (IDS) at the Robert T. Matsui United States Courthouse located at 501 I St, Sacramento, CA 95814 (CA0306). This acquisition is a 100% small business set-aside and will result in a firm-fixed price contract. The Request for Quote (RFQ) is being conducted under FAR Subpart 13, Simplified Acquisition Procedures.
Scope of Work
The contractor will be responsible for the complete installation of a new IDS, which must operate independently from the existing Physical Access Control System (PACS). Key components include an alarm panel, three keypads, 17 glass break sensors, 24 recessed door contacts, 15 roll-up door contacts, two wired duress buttons, a backup battery, a tamper switch, and eight zone expanders. The system must cover perimeter entry/exit doors and windows within 16 feet of the ground. Deliverables include a Project Plan, System Cutover Plan, wiring diagrams, training plans, Quality Control Plan, O&M Manuals, and as-built drawings. All work and equipment must comply with NDAA, TAA, NFPA 70, NEC, UL standards, and the contractor must be ISO 9001-2015 Certified. Installers must be manufacturer-trained and certified. Personnel will require background investigations.
Contract Details
- Contract Type: Firm-Fixed Price (RFQ 70RFPW26QW9000004)
- Set-Aside: 100% Small Business
- NAICS Code: 561621 (Security Systems Services)
- Size Standard: $25 million
- Period of Performance: 60 days following Notice to Proceed.
Submission & Evaluation
Offers will be evaluated based on Technical Specifications, Past Performance, and Price, with Technical Specifications and Past Performance being more important than Price. Required submissions include an itemized equipment list, cut sheets, ISO 9001-2015 certification, a detailed price listing, and past performance information from the last three years using provided forms (Attachment D & E).
Key Dates & Contacts
- Site Visit: February 4, 2026, at 0900 PST (RSVP by January 28, 2026)
- Questions Due: February 19, 2026
- Offers Due: March 9, 2026, at 0900 PST
- Primary Contact: Dolor E. Alegrado, Contract Specialist (Dolor.E.Alegrado@fps.dhs.gov)