Intrusion Detection Update (Hill 24789)
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 the Air Force, specifically the 309 Software Engineering Group (SWEG) at Hill Air Force Base, UT, is soliciting quotes for an Intrusion Detection System (IDS) Update in Building 2721, Bay D. This project aims to replace the current IDS to meet Intelligence Community Directive (ICD) standards for a Classified Processing Area (CPA) by February 2026. This is a Small Business Set-Aside. Offers are due by February 20, 2026.
Purpose & Scope
The 555 Software Engineering Squadron (SWES)/MXDPDB requires the replacement of the IDS in Building 2721, Bay D, to enable its use as a Classified Processing Area (CPA). The existing system does not comply with mandatory ICD standards. The scope involves the removal of current hardware and the purchase and installation of new, approved IDS components.
Key Requirements & Deliverables
The project requires the procurement and installation of specific hardware:
- 1x Honeywell V5 Vindicator IDS (P/N: DES-1401T 548-54000-01)
- 28x Optex Ceiling Mounted Motion Sensors (P/N: SX-360Z)
- 8x Magnasphere Battery Management System (BMS) Sensors (P/N: HSS-L2S-000)
- Removal and installation of all products. All hardware must be brand new and listed on the Base Defense Operations Center (BDOC) Configuration Management Database (CMD) Equipment Approval list. Design drawings must be provided within 14 days of award.
Contract Details
- Contract Type: Firm Fixed Price (FFP)
- Set-Aside: Small Business Set-Aside
- NAICS Code: 238210 (Small Business Size Standard: $19,000,000)
- Product Service Code: N059 (Installation Of Equipment: Electrical And Electronic Equipment Components)
- Period of Performance: Delivery not to exceed 60 calendar days After Receipt of Order (ARO).
- Place of Performance: 309th SWEG, Building 2721, Bay D, Hill Air Force Base, UT 84056.
Submission & Evaluation
- Offers Due: 1500 Mountain Daylight Time (MDT), February 20, 2026.
- Submission Method: Via SAM.gov or email to jonathan.graham.11@us.af.mil.
- Questions Due: 1500 MDT, February 17, 2026, to jonathan.graham.11@us.af.mil.
- Evaluation Factors: Technical capability of the item offered and Price.
- Award Basis: Lowest Price Technically Acceptable (LPTA). Only the three lowest-priced quotes will undergo technical review.
- Eligibility: Offerors must be registered with SAM.
Important Notes
The Honeywell V5 Vindicator is the only system currently approved by BDOC for this application, despite being discontinued in December 2023. The newer V6 Vindicator is not yet approved. While the original opportunity description mentions that SDS Construction is the only base-approved contractor with V5 stock and was selected for this purchase request, this is a competitive solicitation. Offerors are invited to submit quotes, which will be evaluated based on Lowest Price Technically Acceptable (LPTA) criteria. Contractor personnel must be U.S. citizens and adhere to all base access and safety regulations.