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 U.S. Department of the Army is conducting market research via a Sources Sought Notice for Maintenance and Services for the Integrated Commercial Intrusion Detection System (ICIDS-IV) at Fort Bliss Military Reservation, TX, and surrounding facilities. This effort seeks to identify qualified sources capable of providing comprehensive support for the ICIDS-IV system, including preventive maintenance, repairs, and upgrades. The government is specifically evaluating whether the requirement for DAQ Electronics-certified equipment and personnel necessitates a Brand-Name Justification and Approval. Responses are due by March 10, 2026.
Scope of Work
The contractor will provide all management, personnel, equipment, and supplies for the effective and safe support of ICIDS-IV system operability. This includes:
- Scheduled and unscheduled maintenance, continuous operational monitoring, repairs, and upgrades for approximately 600 monitored zones.
- Maintaining operational status of ICIDS-IV components such as the Primary Monitoring Cabinet, Operator Work Station, Remote Monitoring Stations (RMS), RADC panels, and various sensors.
- Hazardous material (HAZMAT) management operations, including receiving, storing, issuing, tracking, distributing, and disposing of HAZMAT in compliance with regulations, along with spill response.
- Performance across Fort Bliss Military Installation, East Fort Bliss, Dona Ana (NM), Oro Grande (NM), and McGregor Range (NM).
Contract & Timeline
- Opportunity Type: Sources Sought (for market research only).
- Anticipated Contract Type: Firm-Fixed-Price (as per draft PWS).
- Anticipated Period of Performance: One (1) Base Year and four (4) 12-month option years (April 1, 2026 - March 31, 2031).
- NAICS Code: 561621, Security Systems Services (except Locksmiths), with a $25 million size standard.
- Response Due: March 10, 2026, 2:00 PM ET.
- Published: March 6, 2026.
Set-Aside & Eligibility
This is a potential small business set-aside. The government encourages responses from all small business socioeconomic categories (8(a), SDB, HUBZone, SDVOSB, WOSB). A set-aside is contingent upon receiving sufficient information from at least two qualified small businesses. Respondents should indicate if they possess DAQ Electronics OEM authorization or can provide technically acceptable alternatives. Personnel must possess Department of the Army Qualified Electronics-certified equipment/software and a minimum Tier 1 (T1) security clearance.
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 (including 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.
- Identification of any actions unnecessarily restricting competition.
- Recommendations to improve the approach/specifications/draft PWS/PRS.
Additional Notes
This notice is for planning purposes only and does not constitute a Request for Quote (RFQ), Invitation for Bid (IFB), or Request for Proposal (RFP). No payment will be made for submitted information. Potential offerors are responsible for monitoring www.sam.gov for any future solicitations.