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 U.S. 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 Total Small Business Set-Aside opportunity seeks a contractor to install and monitor Intrusion Detection Systems (IDS) in classified workspaces. Offers are due by March 3, 2026, at 2:30 p.m. ET.
Scope of Work
The contractor will install, configure, and test Intrusion Detection Systems (IDS), specifically DMP XR-550 panels with Keypads, at Building 80 and a leased hangar at USCG ALC. Key requirements, as detailed in the Statement of Work (Attachment 2), include:
- Installation of High Security Switches (HSS) or Balanced Magnetic Switches (BMS) on perimeter doors/windows, and motion detectors for comprehensive coverage.
- Implementation of a Closed-Circuit Television (CCTV) system with a minimum of 30-days continuous recording.
- Installation of external audible alarms and exterior antennas for communication.
- Integration of IDS with existing security protocols and HSPD-12 compliant access control systems.
- Provision of backup power (UPS or generator connection) for at least 24 hours of continuous operation.
- Conducting full system tests, providing post-installation reports, and affixing compliance decals.
- Systems must meet UL-634 Level II standards and be monitored 24 hours a day by an authorized central monitoring station.
Contract & Timeline
- Opportunity Type: Combined Synopsis/Solicitation (RFQ)
- Solicitation Number: 70Z03826QE0000009
- Contract Type: Firm Fixed-Price requirements contract
- Period of Performance: One (1) one-year base period, plus four (4) one-year option periods.
- NAICS Code: 561621 (Small Business Size Standard: $25.0 million)
- Set-Aside: Total Small Business
- Place of Performance: USCG ALC, Elizabeth City, NC (Building 80 and Leased Hangar)
- Site Visits: Available from February 10-18, 2026. Arrangements must be made through the Government's Technical Point of Contact named in Attachment 2 - Statement of Work.
- 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
- Published Date: February 17, 2026 (latest amendment)
Evaluation & Submission
Offers 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. Pricing must be provided on Attachment 1 – Schedule of Services, including all labor and associated travel costs. Quotations should be emailed to Stacey.M.Riggs@uscg.mil, with "70Z03826QE0000009" in the subject line.
Important Notes
- Site visits are strongly encouraged to gather details on existing systems and site conditions, as specific device quantities are not provided in the solicitation documents.
- The Government will not disclose the budget, and progress payments are not allowed.
- Contractor personnel must be OEM qualified and comply with all USCG base regulations, safety, and environmental policies (refer to Attachment 4).
- COMDTINST M5530.1C Chapter 4, relevant to classified workspaces, will be provided by the Government POC during site visits.