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 quotes for the purchase, installation, and monitoring of security systems for two classified workspaces. This is a Total Small Business Set-Aside opportunity. Offers are due by March 17, 2026, at 2:30 p.m. Eastern Time.
Purpose & Scope
This Request for Quotation (RFQ) seeks a contractor to provide initial installation, configuration, and ongoing annual monitoring of two Intrusion Detection Systems (IDS) at Building 80 and a leased hangar. The systems must meet UL-634 Level II standards and comply with COMDTINST M5530.1C Chapter 4 for classified workspaces.
The scope includes installing DMP XR-550 panels with Keypads, High Security Switches (HSS) or Balanced Magnetic Switches (BMS) on perimeter doors/windows, motion detectors, and a Closed-Circuit Television (CCTV) system with 30-day continuous recording (localized NVR, two cameras inside, one outside each entrance). The system requires external audible alarms, exterior antennas, and integration with existing access control systems (Bosch for Building 80, DMP for Leased Hangar). A 24-hour backup power system (battery backup/UPS connected to emergency generators) is mandatory. The contractor must also provide UL Certification for both spaces, including annual inspections, and demonstrate a cyber security vulnerabilities test. Installers must be certified as an HSPD-12 provider.
Contract & Timeline
- Contract Type: Firm Fixed-Price Requirements Contract (Combined Synopsis/Solicitation - RFQ)
- Duration: One (1) one-year base period and four (4) one-year option periods.
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
- NAICS Code: 561621 (Small Business Size Standard: $25.0 million)
- Product Service Code: N063 (Installation Of Equipment: Alarm, Signal, And Security Detection Systems)
- Response Due: March 17, 2026, 2:30 p.m. Eastern Time
- Published Date: February 26, 2026 (latest amendment)
- Anticipated Award: On or about March 31, 2026
- Place of Performance: USCG Aviation Logistics Center, Elizabeth City, NC
Evaluation & Submission
Offers will be evaluated on a Lowest Priced, Technically Acceptable (LPTA) basis, considering technical acceptability against the Statement of Work and acceptable or neutral past performance. Offers must be held firm for 60 calendar days. All pricing must be provided on Attachment 1 – Schedule of Services, including all labor and associated travel costs. Progress payments are not allowed.
Important Notes
Site visits were available from February 10-18, 2026, and were highly encouraged to assess site conditions and obtain COMDTINST M5530.1C Chapter 4. Other manufacturers' equipment meeting system requirements are acceptable. Contractors must comply with all USCG base regulations, safety, and environmental policies. Email quotations to Stacey.M.Riggs@uscg.mil, indicating 70Z03826QE0000009 in the subject line.