Intrusion Detection System (IDS) Replacement at Building 1408

SOL #: W912CN-26-Q-KT01Sources Sought

Overview

Buyer

DEPT OF DEFENSE
Dept Of The Army
0413 AQ HQ RCO-HI
FORT SHAFTER, HI, 96858-5025, United States

Place of Performance

Schofield Barracks, HI

NAICS

Security Systems Services (except Locksmiths) (561621)

PSC

Miscellaneous Alarm, Signal, And Security Detection Systems (6350)

Set Aside

No set aside specified

Timeline

1
Posted
Apr 29, 2026
2
Response Deadline
May 8, 2026, 10:00 AM

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, 413th Contracting Support Brigade, RCO-Hawaii, is conducting market research via a Sources Sought notice for an Intrusion Detection System (IDS) Replacement at Building 1408, Schofield Barracks, Hawaii. This effort aims to upgrade the existing IDS to a fully functional DAQ system integrated with the Provost Marshall Office (PMO) system. Responses will inform potential competitive procurement, which may be set-aside for small businesses. Capabilities statements are due by 4 PM HST on May 15, 2026.

Purpose & Background

The requirement is for non-personal services to upgrade the current IDS at Building 1408 (1261 Pirowski Road, Schofield Barracks, Hawaii 96857) to a DAQ IDS system that seamlessly integrates with the PMO system. This market research seeks to identify interested and capable parties.

Scope of Work

As detailed in the draft Performance Work Statement (PWS), the contractor shall:

  • Procure, install, program, test, and provide training for the upgraded DAQ IDS system.
  • Replace all non-DAQ compliant parts with DAQ compliant components.
  • Ensure the system meets or exceeds current Base standards for PMO-integrated IDS.
  • Connect the upgraded IDS to the PMO for alarming purposes.
  • Remove existing Lenel IDS devices incompatible with the new system.
  • Provide four (4) hours of End User Operator Training to government personnel.
  • Offer a one (1) year warranty on parts, materials, and labor. All work must adhere to Army Regulations (AR 190-13, AR 380-5) and Unified Facility Criteria (UFCs), with an Acceptable Quality Level (AQL) of 0%.

Required Capabilities & Submission

The government seeks organizations with the capacity to provide these services, specifically those fully certified and listed on the DAQ VAR list. Respondents must submit a capabilities statement (max 5 pages) addressing:

  • Past performance on similar requirements.
  • Ability to manage this task and, if applicable, subcontractors.
  • Specific technical skills.
  • Ability to perform at least 50% of the work if a Small Business Set-Aside is utilized (FAR 52.219-14).
  • Company profile, including business size, small business designations (e.g., SDB, WOSB, HUBZone, SDVOSB), employees, revenue, locations, and DUNS number.
  • Ability to meet Facility and Safeguarding requirements. Contractor employees will require AT Level 1 and OPSEC Awareness training and identification badges.

Contract & Timeline

  • Opportunity Type: Sources Sought (Market Research)
  • NAICS: 561621 Security Systems Services (except Locksmiths) with a $25M size standard.
  • PSC: 6350 Miscellaneous Alarm, Signal, And Security Detection Systems.
  • Anticipated Contract Type: Firm-Fixed Priced.
  • Anticipated Period of Performance: June 1, 2026, to May 31, 2027 (Base year).
  • Response Deadline: May 15, 2026, by 4 PM HST.
  • Submission Email: kyle.m.tanaka.civ@army.mil (Kyle Tanaka).

Evaluation

Responses will help the government ascertain market capacity, including the ability to provide services consistent in scope, apply corporate resources, implement project management, and perform under a performance-based contract. This information will determine potential small business set-asides or full and open competition.

Attachments

Key attachments include a draft Performance Work Statement (PWS), an IDSACS Install Equipment List, and a DAQ VAR list.

People

Points of Contact

Kyle TanakaPRIMARY

Files

Files

Download
Download
Download

Versions

Version 1Viewing
Sources Sought
Posted: Apr 29, 2026
Intrusion Detection System (IDS) Replacement at Building 1408 | GovScope