Maintenance and Services for Integrated Commercial Intrusion Detection System (ICIDSIV), Version IV
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 Army is issuing a Sources Sought Notice for Maintenance and Services for Integrated Commercial Intrusion Detection System (ICIDS IV) at Fort Bliss Military Reservation, TX, and surrounding facilities. This notice also seeks capabilities for hazardous material (HAZMAT) management. Responses are due by March 9, 2026.
Purpose
This Sources Sought Notice is for informational and planning purposes to gauge industry interest and capabilities for providing comprehensive maintenance and services for the ICIDS IV system, alongside HAZMAT management operations. The U.S. Government aims to ensure continuous operability of the ICIDS system and efficient, compliant handling of hazardous materials.
Scope of Work
The contractor will provide all personnel, equipment, supplies, and services for:
- ICIDS IV Maintenance: Scheduled and unscheduled maintenance, continuous operational monitoring, repairs, and upgrades for the ICIDS IV system components (Primary Monitoring Cabinet, Operator Work Station, Remote Monitoring Stations, RADC panels, sensors) across Fort Bliss Military Installation, Dona Ana, Oro Grande, and McGregor Range Facilities.
- Hazardous Material (HAZMAT) Management: Receiving, storing, issuing, tracking, distributing, and disposing of hazardous materials in compliance with DoD, OSHA, EPA, and installation-specific requirements, including spill response and emergency mitigation.
Key Requirements & Performance Standards
- ICIDS Maintenance: Onsite within 24 hours for unscheduled maintenance, 2 hours for critical failures. Scheduled maintenance every six months.
- Personnel: Must be Department of the Army Qualified Electronics-certified, possess Tier 1 security clearance, and complete Antiterrorism (AT) Level I training.
- Equipment: Use DAQ Electronics-certified equipment.
- Contract Type (Anticipated): Firm-fixed-price contract.
- Period of Performance (Anticipated): One (1) Base Year and four (4) 12-month option years (April 1, 2026 - March 31, 2031).
Contract Details & Eligibility
- Opportunity Type: Sources Sought (for planning only, not a solicitation).
- Anticipated NAICS: 561621, Security Systems Services (except Locksmiths), with a $25 million size standard.
- Set-Aside: The government encourages responses from all small business socioeconomic categories (8(a), SDB, HUBZone, SDVOSB, WOSB). A small business set-aside is contingent on receiving sufficient responses from at least two qualified small businesses.
Submission Requirements
Interested firms should provide:
- Firm name, POC, contact info, DUNS, CAGE, small business status, and NAICS code.
- Interest in competing as a prime contractor, and any subcontracting/teaming plans.
- Detailed information on previous experience with similar requirements (ICIDS and HAZMAT management), certifications, and past performance.
- Information on commercial availability, pricing, delivery schedules, terms, and warranties.
- Identification of any Governmentwide contract vehicles.
- Recommendations on structuring the contract for small business competition and improving the draft PWS/PRS.
Response Deadline & Contacts
- Responses Due: March 9, 2026, by 2:00 PM ET.
- Primary Contact: Shavon Scott (shavon.a.scott2.mil@army.mil)
- Secondary Contact: Marvin Hopkins (marvin.e.hopkins4.mil@army.mil)