D--MS SANDHILL CRANE NWR IDS/FS INSTALL

SOL #: 140F1S26Q0026Solicitation

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

No set aside specified

Timeline

1
Posted
Feb 26, 2026
2
Last Updated
Mar 10, 2026
3
Submission Deadline
Mar 12, 2026, 9:00 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 and Wildlife Service (USFWS), specifically FWS IT Services, is soliciting proposals for the purchase and installation of an Underwriters Laboratory (UL) listed Intrusion Detection System (IDS) and a Fire System at the Mississippi Sandhill Crane National Wildlife Refuge (NWR) in Gautier, MS. This is a Firm Fixed-Price contract. Quotes are due by Thursday, March 12, 2026, at 5:00 PM EST.

Scope of Work

This Request for Quotation (RFQ) requires the installation and full functionality of a UL-listed IDS and a new Fire System.

For the IDS:

  • System hardware (panel) must be a Bosch model 9512G series or DMP model XR150, or an approved equivalent (proprietary panels are not accepted).
  • Capabilities for expansion modules, panel tamper notification, remote monitoring, and remote annunciation via standard internet protocol-based communications.
  • Specific sensor types: recessed/frame-mounted magnetic contacts, ceiling/wall-mounted Passive Infrared (PIR) motion detectors, double door contacts, panic buttons, and wireless panic key fobs.
  • Each sensor must be configured as a separate zone.
  • Battery backup (7 AMP hour) for a minimum of 4 hours.
  • Cellular backup is required.
  • System must be capable of transmitting, receiving, processing, forwarding, and storing digital information across system boundaries utilizing IPv6 formatting, and must interoperate with IPv4 systems.
  • Removal and disposal of all prior IDS and Fire detection hardware.

For the Fire System:

  • New Fire system for the HQ/VC Building and the Bunkhouse, including specific panel models (DMP XF150), pull stations, strobes, and smoke detectors, along with layout diagrams.

General Requirements:

  • Minimum of 2 hours of end-user training for facility staff.
  • New components only; used, repurposed, or refurbished equipment is not authorized.
  • Manufacturer's standard warranty for repair or replacement of components within one year of Substantial Completion.

Contract Details

  • Type: Firm Fixed-Price contract.
  • Set-Aside: This opportunity is NOT a Small Business Set-Aside.
  • Delivery: Required within 120 Days After Award, FOB Destination.
  • Quote Validity: Quotes must be valid for at least 60 days.

Submission & Evaluation

  • Questions Due: Friday, March 6, 2026, 12:00 PM EST via email to melissa_niemi@fws.gov.
  • Site Visits: Available Monday, March 2, 2026, through Thursday, March 5, 2026. Schedule via email to melissa_niemi@fws.gov.
  • Quotes Due: Thursday, March 12, 2026, 5:00 PM EST via email to melissa_niemi@fws.gov.
  • Submission Format: Technical proposals in two volumes (Volume I - Technical, Volume II - Price), not exceeding 15 pages (excluding cover page, appendix, or separate pricing volume).
  • Required Documents: Authorized dealer letter from the manufacturer and cut sheets (specifications) for proposed system components.
  • Evaluation Factors: Technical Approach (Factor 1), Past Performance (Factor 2), and Price (Factor 3). Non-pricing factors are more important than price.
  • Note: Vendor experience connecting IDS systems to FPS MegaCenter via internet is preferred. A DHS MegaCenter Alarm Requirements 2023 (MAR) package may be required.

Contact Information

For inquiries, contact Melissa Niemi at melissa_niemi@fws.gov or 612-713-5216.

People

Points of Contact

Niemi, MelissaPRIMARY

Files

Files

Download
Download
Download
Download

Versions

Version 2Viewing
Solicitation
Posted: Mar 10, 2026
Version 1
Solicitation
Posted: Feb 26, 2026
View