D--MS SANDHILL CRANE NWR IDS/FS INSTALL

SOL #: 140F1S26Q0011Solicitation

Overview

Buyer

Interior
Us Fish And Wildlife Service
FWS, IT SERVICES
Falls Church, VA, 22041, United States

Place of Performance

Place of performance not available

NAICS

Security Systems Services (except Locksmiths) (561621)

PSC

Support Services Focused On Supporting Security Policies/Controls, Processes, Measuring Compliance Of Relevant Legal/Compliance Requirements, To Include Section 508, And Responding To Security Breaches. Also Provides Support For It Security Systems Providing Continuous Diagnostics And Mitigation (Cdm) For Real Time Cyber Security And Protection Such As Vulnerability Scanning, Managing Firewalls, Intrusion Prevention Systems, And Security Information And Event Management (Siem). Includes Disaster Recovery (Dr) Services To Support Dr Policy, Process And Means, Dedicated Failover Facilities And Perform Dr Testing. (DJ01)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)

Timeline

1
Posted
Jan 6, 2026
2
Last Updated
Jan 16, 2026
3
Submission Deadline
Jan 30, 2026, 10:00 PM

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. Fish & Wildlife Service (FWS), under the Department of the Interior, is soliciting quotations for the installation of an Underwriters Laboratory (UL) listed Intrusion Detection System (IDS) and a new Fire Detection System (FS) at the Mississippi Sandhill Crane National Wildlife Refuge (NWR). This is a Total Small Business Set-Aside. Quotations are due by January 30, 2026.

Scope of Work

The contractor will be responsible for the installation and full functionality of a UL-listed IDS and a new fire panel system. Key requirements include:

  • Installation of an expandable IDS with panel tamper notification, remote monitoring, and remote annunciation via standard internet protocol.
  • Use of authorized panels such as Bosch model 9512G series or DMP model XR150; proprietary panels are not accepted.
  • Removal and disposal of all existing IDS and fire detection hardware.
  • Provision of a battery backup capable of at least 4 hours of power.
  • Minimum of 2 hours of end-user training for facility staff.
  • A one-year manufacturer's warranty.
  • Installation of a new DMP XF150 fire panel for the HQ/VC building and Bunkhouse, including pull stations, wall-mounted strobes, and smoke detectors.
  • The system must be capable of IPv6 communication.

Contract Details

  • Type: Firm-Fixed Price Contract
  • Set-Aside: Total Small Business Set-Aside (FAR 19.5)
  • Questions Due: Monday, January 26, 2026, 12:00 PM EST
  • Quotations Due: Friday, January 30, 2026, 5:00 PM EST
  • Published Date: January 16, 2026 (latest amendment)

Submission & Evaluation

Offerors must submit technical proposals in two volumes (Technical and Price), with the technical volume limited to 15 pages. Evaluation factors include Technical Approach, Past Performance, and Price, with non-price factors being more important than price. Required submissions include an authorized dealer letter from the manufacturer and cut sheets for proposed system components.

Additional Notes

Site visits are available from Wednesday, January 21, 2026, to Friday, January 23, 2026. Interested parties must email the Contracting Officer, Melissa Niemi (melissa_niemi@fws.gov), to schedule a visit.

People

Points of Contact

Niemi, MelissaPRIMARY

Files

Files

Download
Download
Download
Download

Versions

Version 2Viewing
Solicitation
Posted: Jan 16, 2026
Version 1
Solicitation
Posted: Jan 6, 2026
View
D--MS SANDHILL CRANE NWR IDS/FS INSTALL | GovScope