MS SANDHILL CRANE NWR IDS/FS INSTALL
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. Fish and Wildlife Service (USFWS), under the Department of the Interior, is soliciting quotations for the purchase and installation of an Underwriters Laboratory (UL) listed Intrusion Detection System (IDS) and a new Fire System at the Mississippi Sandhill Crane National Wildlife Refuge (NWR) in Gautier, MS. This opportunity is an unrestricted competition, not set aside for small businesses. Quotations are due by March 12, 2026, at 5:00 PM ED.
Scope of Work
This Request for Quotation (RFQ) requires the contractor to provide and install comprehensive security and fire detection systems. Key requirements include:
- Intrusion Detection System (IDS):
- UL-listed system with specific panel models (Bosch 9512G series or DMP XR150) or approved equivalents.
- Capabilities for expansion modules, panel tamper notification, remote monitoring, and remote annunciation via internet protocol.
- Specific sensor types (recessed/frame-mounted magnetic contacts, PIR motion detectors), each configured as a separate zone.
- Cellular backup, panic buttons, and wireless panic key fobs.
- IDS control panel and power distribution hardware to be located in a locked, ventilated enclosure.
- Removal and disposal of prior IDS and fire detection hardware.
- Battery backup (7 AMP hour for minimum 4 hours).
- System programming for daily auto-arming.
- Fire System:
- Installation of a new fire system for the HQ/VC Building and Bunkhouse.
- Specific panel models (DMP XF150), pull stations, strobes, and smoke detectors, with layout diagrams provided.
- General Requirements:
- Delivery and installation required within 120 Days After Award.
- Provision of cut sheets (specifications) for proposed components.
- An authorized dealer letter from the manufacturer is required prior to contract award.
- Minimum of 2 hours of end-user training for facility staff.
- Manufacturer's standard warranty (one year) for repair or replacement.
- Only new equipment is authorized; repurposed or refurbished equipment is not accepted.
Contract & Timeline
- Contract Type: Request for Quotation (RFQ)
- Set-Aside: Not a Small Business Set-Aside (Unrestricted)
- Response Due Date: March 12, 2026, by 5:00 PM ED
- Published Date: February 26, 2026
- Place of Performance: Mississippi Sandhill Crane National Wildlife Refuge, Gautier, MS
Submission & Evaluation
Quotations must be submitted to the issuing office by the specified deadline. Bidders must provide an authorized dealer letter and cut sheets for proposed components. Evaluation criteria are not explicitly detailed but will likely focus on technical compliance with the Statement of Work and pricing. The government is not obligated to pay for costs incurred in preparing a quotation.
Additional Notes
The solicitation incorporates extensive Federal Acquisition Regulation (FAR) clauses by reference and in full text, covering areas such as cybersecurity, privacy, Section 889 (telecommunications and video surveillance equipment), Buy American, Service Contract Labor Standards, and electronic invoicing (IPP). The document also references "Information Technology Baseline Compliance Contract Guidelines."
Contact Information
- Primary Point of Contact: Melissa Niemi
- Email: melissa_niemi@fws.gov
- Phone: 612-713-5216