Loading...
W909MY23D0004
Response Deadline
Apr 23, 2026, 12:00 PM(EDT)12 days
Eligibility
Contract Type
Presolicitation
U.S. Army Contracting Command Aberdeen Proving Ground, Belvoir Division intends to issue a modification to the single-award Indefinite Delivery, Indefinite Quantity (IDIQ) contract W909MY-23-D0004, held by Evergreen Fire and Security at 2720 South J Street, Tacoma, WA 98409-8039 for Integrated Commercial Intrusion Detection System-Six (ICIDS-VI) to increase the current contract ceiling by $99.92M. This action is being conducted on a sole-source basis and processed in accordance with the authority of Federal Acquisition Regulation (FAR) 6.302-1, "Only one responsible source and no other supplies or services will satisfy agency requirements." A detailed Justification and Approval (J&A) document has been prepared and approved in accordance with all applicable laws and regulations to ensure the continuation of critical services without disruption to the agency's mission. This notice of intent is not a request for competitive proposals.
The Government requires continued fielding of ICIDS-VI. ICIDS-VI is a highly secure, standardized Intrusion Detection System (IDS) using state-of-commercial technology. The Headquarters, Department of the Army (HQDA) OPMG’s new Fielding Plan requires ICIDS to be fielded to additional Army Installations, Contiguous United States (CONUS) and Outside Contiguous States (OCONUS) with continuing 10-year service life replacements which were not contemplated by the original fielding plan. The contract's ceiling increase will allow funding for the completion of the ICIDS-VI installation at new required sites.
The Government has made a definitive determination that Evergreen Fire and Security is the only source capable of providing the required services within the required timeframe without causing unacceptable duplication of costs and critical mission disruption.
The services required are a continuation of highly specialized work currently performed by Evergreen Fire and Security. The contractor possesses unique knowledge of the ICIDS-IV, and a change in contractors would result in substantial duplication of costs and unacceptable delays in fulfilling the agency's mission requirements.
Instructions for Interested Parties
This notice is published for informational purposes only and is not a request for competitive proposals. No solicitation package is available, nor will one be posted.
Firms that believe they can provide the identical level of support without a degradation in service, cost, or schedule may submit a capability statement. The Government will consider all responses to this notice and any responses must be sent via email to the Contracting Officer, Rosetta Wisdom-Russell at rosetta.wisdom-russell.civ@army.mil and/or the Contract Specialist, Brian Petchel at brian.k.petchel.civ@army.mil. Broad statements of experience or general marketing materials will not be considered. The Government will not consider any response that fails to address these specific points.
The Government will review any capability statements received and make a final determination. If no responses are received, or if the responses received fail to provide sufficient evidence to warrant competition, the Government will proceed with the planned sole-source modification to W909MY23D0004.
Rosetta Wisdom-Russell
Brian Petchel
DEPT OF DEFENSE
DEPT OF THE ARMY
AMC
ACC
ACC-CTRS
ACC-APG
W6QK ACC-APG CONT CT WASH OFC
W6QK ACC-APG CONT CT WASH OFC
2461 EISENHOWER AVENUE
HOFFMAN BLDG 1 ROOM 964
ALEXANDRIA, VA, 22331-0700
NAICS
Other Communications Equipment Manufacturing
PSC
MISCELLANEOUS ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS
Set-Aside
Total Small Business Set-Aside (FAR 19.5)