Purchase and Installation of Security System and Monitoring Services
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 United States Coast Guard (USCG), Aviation Logistics Center (ALC) in Elizabeth City, NC, is soliciting proposals for the Purchase and Installation of Security System and Monitoring Services. This is a combined synopsis/solicitation (RFQ 70Z03826QE0000009) for commercial items, 100% set aside for small businesses. The requirement includes initial installation and configuration, along with continuing annual monitoring of two Intrusion Detection Systems (IDS) in classified workspaces. Offers are due by March 3, 2026, at 2:30 p.m. Eastern Time.
Scope of Work
The contractor will install, configure, and test IDS at USCG ALC, Elizabeth City, NC, specifically in Building 80 and the leased hangar's upstairs secure space. Key tasks include:
- Installation and calibration of DMP XR-550 panels with Keypads.
- Installation of High Security Switches (HSS) or Balanced Magnetic Switches (BMS) on perimeter doors and windows.
- Installation of motion detectors for complete coverage.
- Installation of a Closed-Circuit Television (CCTV) system with a minimum of 30 days continuous recording.
- Installation of external audible alarms and associated cellular communication antennas.
- Integration of IDS with existing security protocols, including HSPD-12 compliant access control systems.
- Provision and installation of backup power systems (UPS or generator connection) for at least 24 hours of continuous operation.
- Conducting full system tests and providing post-installation reports.
- Affixing compliance decals with installation and next maintenance dates.
- Annual monitoring and calibration of the installed systems for option periods.
Contract & Timeline
- Contract Type: Firm Fixed-Price Requirements Contract
- Duration: One (1) one-year base period, plus four (4) one-year option periods.
- Set-Aside: Total Small Business (NAICS 561621, $25.0 million size standard).
- Site Visits: Available from February 10, 2026, to February 18, 2026. Arrangements must be made through the Government's Technical Point of Contact (named in SOW).
- Questions Due: February 23, 2026.
- Offers Due: March 3, 2026, at 2:30 p.m. Eastern Time.
- Anticipated Award Date: On or about March 16, 2026.
Evaluation
Quotes will be evaluated based on the lowest priced, technically acceptable offer with acceptable or neutral past performance. Technical acceptability will be assessed against the Statement of Work requirements, and past performance will be evaluated based on demonstrated ability to accomplish the proposed effort. Partial or progressive payments are not allowed.
Key Requirements & Clarifications
- Systems must meet UL-634 Level II standards and provide 24/7 continuous monitoring.
- Contractor personnel must be qualified and OEM trained.
- Offerors are strongly encouraged to schedule on-site visits to gather details on existing systems and site conditions, as facility drawings cannot be released.
- Compliance with ALC Visitor/Contractor Safety and Environmental Brochure is mandatory.
- Offers must include the solicitation number, offeror's details, Unique Entity Identifier (UEI), EFT indicator, and responses to required certifications.
- Offers must be held firm for 60 calendar days.
- Email quotations to Stacey.M.Riggs@uscg.mil, indicating 70Z03826QE0000009 in the subject line.
Attachments
- Attachment 1 – Schedule of Services (for pricing)
- Attachment 2 – Statement of Work
- Attachment 3 – Terms and Conditions
- Attachment 4 – ALC Visitor/Contractor Safety and Environmental Brochure