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 is soliciting proposals for an Intrusion Detection System (IDS) Update at Hill Air Force Base, UT. This Small Business Set-Aside opportunity requires the replacement of the current IDS in Building 2721, Bay D, to meet Classified Processing Area (CPA) standards. The project involves the removal of existing hardware and the purchase and installation of specific new IDS components. Offers are due by February 20, 2026.
Scope of Work
The primary objective is to upgrade the IDS in Building 2721, Bay D, to comply with Intelligence Community Directive (ICD) standards for a CPA. This includes:
- Removal of the existing IDS hardware.
- Purchase and installation of new, Configuration Management Database (CMD)-approved 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 BMS Sensors (P/N: HSS-L2S-000)
- Providing design drawings within 14 calendar days of contract award.
- Disposal of old equipment.
- Contractor personnel must be U.S. citizens and follow all base safety and security regulations.
Contract Details
- Contract Type: Firm Fixed Price
- Set-Aside: Small Business Set-Aside
- NAICS Code: 238210 ($19,000,000 size standard)
- Period of Performance: 60 Days After Receipt of Order (ARO) for delivery and installation.
- Place of Performance: 309th SWEG, Building 2721, Bay D, Hill Air Force Base, UT 84056.
Key Considerations & Evaluation
A critical aspect of this requirement is the mandatory use of the Honeywell V5 Vindicator, which was discontinued in December 2023. The Base Defense Operations Center (BDOC) has not approved its replacement, the V6 Vindicator. The opportunity description notes that SDS Construction is currently the only base-approved contractor known to have V5 stock.
- Evaluation Factors: Technical capability of the offered items and Price.
- Award Basis: Lowest Price Technically Acceptable (LPTA). Only the three lowest-priced quotes will undergo a technical acceptability review.
- Offerors must be registered in SAM.gov.
Submission & Deadlines
- Questions Due: February 17, 2026, by 1500 MDT.
- Offers Due: February 20, 2026, by 1500 MDT.
- Submission Method: Via SAM.gov or email to jonathan.graham.11@us.af.mil.
- Contact: Jonathan Graham, jonathan.graham.11@us.af.mil, 801-586-3365.