Closed Solicitation · DEPT OF DEFENSE

    INTRUSION DETECTION SYSTEM (IDS) REPLACEMENT AT BUILDING 1408

    Sol. W912CN-26-Q-KT01Sources SoughtFORT SHAFTER, HI
    Closed
    STATUS
    Closed
    closed May 8, 2026
    POSTED
    Apr 30, 2026
    Publication date
    NAICS CODE
    561621
    Primary industry classification
    PSC CODE
    6350
    Product & service classification

    AI Summary

    The 413th Contracting Support Brigade is seeking market research responses for an Intrusion Detection System upgrade at Building 1408, Schofield Barracks, Hawaii. This sources sought notice aims to identify potential contractors capable of providing these services. Interested parties should submit a capabilities statement by May 15, 2026.

    Contract details

    Solicitation No.
    W912CN-26-Q-KT01
    Notice Type
    Sources Sought
    Posted Date
    April 30, 2026
    Response Deadline
    May 8, 2026
    NAICS Code
    561621AI guide
    PSC / Class Code
    6350
    Issuing Office
    0413 AQ HQ RCO-HI
    Primary Contact
    Kyle Tanaka
    State
    HI
    ZIP Code
    96858-5025
    AI Product/Service
    service

    Description

    SOURCES SOUGHT TECHNICAL DESCRIPTION FOR SERVICES TEMPLATE

    INTRODUCTION

    The 413th Contracting Support Brigade, Regional Contracting Office (RCO) – Hawaii is issuing this sources sought synopsis as a means of conducting market research to identify parties having an interest in and the resources to support the requirement for the Intrusion Detection System (IDS) Upgrade at Building 1408, Schofield Barracks, Hawaii 96857. The intention is to procure these services on a competitive basis.

    BASED ON THE RESPONSES TO THIS SOURCES SOUGHT NOTICE/MARKET RESEARCH, THIS REQUIREMENT MAY BE SET-ASIDE FOR SMALL BUSINESSES (IN FULL OR IN PART) OR PROCURED THROUGH FULL AND OPEN COMPETITION, AND MULTIPLE AWARDS MAY BE MADE. All Small Business Set-Aside categories will be considered. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions.

    PLACE OF PERFORMANCE

    Location 100% On-Site Government / 0% Off-Site Contractor

    Schofield Barracks (SB) on the Island of Oahu, Hawaii.

    DISCLAIMER

    “THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A “REQUEST FOR PROPOSAL (RFP)” TO BE SUBMITTED. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY. RESPPONSES WILL NOT BE RETURNED TO THE RESPONDER. NOT RESPONDING TO THIS NOTICE DOES NOT PRECLUDE PARTICIPATION IN ANY FUTURE REQUEST FOR QUOTE (RFQ) OR INVITATION FOR BID (IFB) OR RFP, IF ISSUED. IF A SOLICITATION IS RELEASED, IT WILL BE SYNOPSIZED ON THE GOVERNMENT-WIDE POINT OF ENTRY (GPE). IT IS THE RESPONSIBILITY OF POTENTIAL OFFERORS TO MONITOR THE GPE FOR ADDITIONAL INFORMMATION PERTAINING TO THIS REQUIREMENT.”

    PROGRAM BACKGROUND

    The purpose of this non-personal services requirement is to upgrade the current Intrusion Detection System (IDS) at Building 1408 to a fully functional DAQ IDS system that integrates and functions on the Provost Marshall Office (PMO) system. Building 1408 is located at 1261 Pirowski Road, Schofield Barracks, Hawaii 96857.

    REQUIRED CAPABILITIES

    The Contractor shall provide Intrusion Detection System (IDS) services in support of the specified Program Background (above). Further details are provided in the draft Performance Work Statement (PWS) attached to this announcement (Attachment - A02 SS PWS IDS 500 MI BDE Final 04-29-26).

    If your organization has the potential capacity to perform this contract services, please provide the following information:

    1) Organization name, address, email address, Web site address, telephone number, and size and type of ownership for the organization; and

    2) Tailored capability statements addressing the particulars of this effort, with appropriate documentation supporting claims of organizational and staff capability.

    If significant subcontracting or teaming is anticipated in order to deliver technical capability, organizations should address the administrative and management structure of such arrangements.

    The Government will evaluate market information to ascertain potential market capacity to:

    1) provide services consistent in scope and scale, with those described in this notice and otherwise anticipated;

    2) secure and apply the full range of corporate financial, human capital, and technical resources required to successfully perform similar requirements;

    3) implement a successful project management plan that includes: compliance with tight program schedules; cost containment; meeting and tracking performance; hiring and retention of key personnel and risk mitigation; and

    4) provide services under a performance-based service acquisition contract.

    ELIGIBILITY

    The applicable NAICS code for this requirement is 561621 Security Systems Services (except Locksmiths), with a Size Standard of $25,000,000. The Product Service Code is 6350. Businesses of all sizes are encouraged to respond; however, each respondent must clearly identify their business size in their capabilities statement.

    ADDITIONAL INFORMATION AND SUBMISSION DETAILS (CAPABILITIES STATEMENT)

    A draft Performance Work Statement (PWS) and draft Personnel Qualifications Description are attached for review. (Attachment - A02 SS PWS IDS 500 MI BDE Final 04-29-26)

    Interested parties are requested to submit a capabilities statement of no more than five (5) pages in length in Times New Roman font of not less than 10 points. The deadline for response to this request is no later than 4 pm, Hawaiian Standard Time (HST), 15 May 2026. All responses under this Sources Sought Notice must be e-mailed to kyle.m.tanaka.civ@army.mil.

    This documentation must address at a minimum the following items:

    1.) What type of work has your company performed in the past in support of the same or similar requirement?

    2.) Can or has your company managed a task of this nature? If so, please provide details.

    3.) Can or has your company managed a team of subcontractors before? If so, provide details.

    4.) What specific technical skills does your company possess which ensure capability to perform the tasks?

    5.) Please note that under a Small-Business Set-Aside, in accordance with FAR 52.219-14, the small business prime must perform at least 50% of the work themselves in terms of the cost of performance. Provide an explanation of your company’s ability to perform at least 50% of the tasking described in this PWS for the base period as well as the option periods.

    6.) Provide a statement including current small/large business status and company profile to include number of employees, annual revenue history, office locations, DUNs number, etc.

    7.) Respondents to this notice also must indicate whether they qualify as a Small, Small Disadvantaged, Women-Owned, HUBZone, or Service Disabled Veteran-Owned Small Business Concern.

    8.) Include in your response your ability to meet the requirements in the Facility and Safeguarding requirements.

    The estimated period of performance consists of a Base year with performance commencing in July 2026.

    The contract type is anticipated to be Firm-Fixed Priced P type contract.

    Your response to this Sources Sought, including any capabilities statement, shall be electronically submitted to Contract Specialists, Kyle Tanaka, in either Microsoft Word or Portable Document Format (PDF), via email kyle.m.tanaka.civ@army.mil.

    All data received in response to this Sources Sought that is marked or designated as corporate or proprietary will be fully protected from any release outside the Government.

    No phone calls will be accepted.

    All questions must be submitted to the contract specialist identified above. The Government is not committed nor obligated to pay for the information provided, and no basis for claims against the Government shall arise as a result of a response to this Sources Sought.

    Key dates

    1. April 30, 2026Posted Date
    2. May 8, 2026Proposals / Responses Due

    AI search tags

    Frequently asked questions

    INTRUSION DETECTION SYSTEM (IDS) REPLACEMENT AT BUILDING 1408 is a federal acquisition solicitation issued by DEPT OF DEFENSE. Review the full description, attachments, and submission requirements on SamSearch before the response deadline.

    SamSearch Platform

    Stop searching. Start winning.

    AI-powered intelligence for the right opportunities, the right leads, and the right time.