Opportunity
SAM #W909MY-26-R-ICIDSV
Army Seeks Commercial Solutions for Integrated Intrusion Detection System (ICIDS-V)
Buyer
APG Contracting Center
Posted
May 12, 2026
Respond By
May 27, 2026
Identifier
W909MY-26-R-ICIDSV
NAICS
541512, 541690, 561621, 541330
The U.S. Army is seeking industry input and potential solutions for the next-generation Integrated Commercial Intrusion Detection System-V (ICIDS-V) to enhance physical security at Army installations worldwide. - Government Buyer: - U.S. Army Contracting Command – Aberdeen Proving Ground (ACC-APG) Belvoir Division, on behalf of Project Manager Force Protection Systems (PM FPS) and Joint Program Manager for Force Protection Systems (JPdM-FPS) - OEMs and Vendors: - No specific OEMs or vendors are named; the Army is seeking Commercial off the Shelf (COTS) solutions - Products/Services Requested: - Integrated Commercial Intrusion Detection System-V (ICIDS-V) hardware and software - Includes COTS equipment, interior/exterior sensors, Primary Monitor Consoles (PMC), Remote Status Monitors (RSM), Remote Area Data Collectors (RADC), Closed Circuit Television (CCTV), and Entry Control Equipment (ECE) - System and application software with installation licenses and defect correction - Engineering Support Test Laboratory (ESTL) near Fort Belvoir, VA for system testing, training, and cybersecurity assessment - Training courses for operators, administrators, SCIF, maintenance, and executive personnel - Services: - Site surveys, installation, testing (PVT, SAT, ET), and training - Program and configuration management - Cybersecurity and information assurance (accreditation, vulnerability management, RMF compliance) - One-year warranty with quarterly maintenance, 24/7 help desk (30-minute response), and repair - Unique/Notable Requirements: - System must be modular, scalable, and compatible with existing DAQ ICIDS technologies - Central monitoring through NETCOM IS Secure Enclave, supporting 20–1,000 protected zones per installation and 10–20 installations per regional hub - Must operate as a Closed Restricted Network and be adaptable to OCONUS (including European) requirements - Engineering Support Test Laboratory required near Fort Belvoir, VA - Rapid integration (within 30 days) and validation (within 45 days) of solutions - Training tailored to installation needs, including SCIF and executive training - Cybersecurity compliance with DoD policies and continuous monitoring - No specific part numbers or quantities are listed; the Army is seeking information on available solutions and capabilities.
Description
The Army Contracting Command – Aberdeen Proving Ground- Belvoir Division (ACC-APG Belvoir), on behalf of PM FPS is issuing a Request for Information (RFI), in accordance with Federal Acquisition Regulation (FAR) 15.201(e). The purpose of this RFI is to solicit industry feedback of Commercial off the Shelf (COTS) technology that can provide physical security capabilities for Army Installations, both inside and outside of the Continental United States.
This is not a request for proposal, request for quotation, or an invitation for bid, nor does its issue obligate or restrict the Government to any acquisition approach. This RFI does not obligate the Government to issue a solicitation. This RFI is being conducted solely for information and planning purposes and does not constitute a solicitation. Neither unsolicited proposal(s) nor any other offers will be considered in response to this request or accepted by the Government to form a binding contract. Contractors are solely responsible for all expenses associated with responding to this RFI. Acknowledgement of receipt of submitted items will not be made nor will respondents be notified of the outcome of the information received.
ANTICIPATED PERIOD OF PERFORMANCE: 24 Months
CONTRACTING OFFICE ADDRESS:
U.S. Army Contracting Command (ACC) – Aberdeen Proving Grounds (APG) Belvoir Division
QUESTIONS TO THIS ANNOUNCEMENT: All questions pertaining to this announcement are due no later than seven (7) calendar days after release of the RFI. Telephone requests will not be accepted. Questions regarding this RFI should be submitted via e-mail to Rosetta Wisdom-Russell, Contracting Officer, at rosetta.wisdom-russell.civ@army.mil and to Thao Trinh, Contract Specialist, at thao.h.trinh.civ@army.mil , no later than 1500 EST on 19 May 2026.
Questions/answers will be non-attribution and be published on the Army Single Face to Industry (ASFI) website at https://sam.gov/.
If the Government has additional questions after the review of your response, you may be contacted and asked to provide additional information. If an industry outreach event is anticipated in the future, details will be published on the Army Single Face to Industry (ASFI) website at https://sam.gov/.
RESPONSE DUE DATE: The response date for this market research is 1500 EST on 27 May 2026. No phone calls will be accepted, only email inquiries will be entertained. All responses to this RFI shall be submitted via e-mail to Rosetta Wisdom-Russell, Contracting Officer, at rosetta.wisdom-russell.civ@army.mil, and to Thao Trinh, Contract Specialist, at thao.h.trinh.civ@army.mil.
DISCLAIMER: THIS SOURCES SOUGHT ANNOUNCEMENT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSAL. 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.
CONFIDENTIALITY: No classified, confidential, or sensitive information, or proprietary information shall be included in your response. Interested parties are responsible for appropriately marking proprietary or competition sensitive information contained in their response.
PROGRAM OBJECTIVE: ACC-APG Belvoir Division conducts Market Research on behalf of the PM FPS in accordance with FAR Part 10. PM FPS is looking for companies to provide Commercial off the Shelf (COTS) technology that can provide physical security capabilities for Army Installations, both inside and outside of the Continental United States. Assessment will be based on existing and/or emerging technologies that have a demonstrated ability to monitor the physical security of multiple and geographically separate and distant installations from a central location. For the purposes of this RFI, Physical Security includes but is not limited to intrusion detection, entry control and closed-circuit television monitoring of protected areas within an Army Installation. Central monitoring operates under the concept of a regional hub and executes command and control over the physical security systems of multiple Installations, either automatically or under operator control. Installations will have between 20 to 1,000 protected areas or zones. Depending on the size of the installation, a regional hub shall monitor between 10 to 20 Installations. Companies must be capable of adapting to working with different OCONUS rules and regulations that apply in Europe when it comes fielding, including networking.
A diagrammatic representation is provided in Annex A of this RFI. Please see the Attachments for more details.
Specific details on technologies of interest are provided below and shall be thoroughly reviewed before responding, to ensure your submittal meets the specific requirements.
BACKGROUND: There are currently 76 Army Installations physically protected by the Integrated Commercial Intrusion Detection System (ICIDS) using different iterations of Data Acquisition (DAQ) and non-DAQ technologies and are autonomously monitored at each Installation. There are currently four iterations of the ICIDS across the Army and are age-based. Modernization of each Army Installation’s ICIDS is based on a 10-year cycle. This effort will include the physical security for Arms, Ammunition, & Explosives (AA&E), chemicals, and High Value Equipment.
The immediate goal is to network groupings of Army Installations under a regional hub using DAQ compatible technologies while modernizing ICIDS systems for Army Installations scheduled for upgrades without interruption of physical security operations within the Installations.
The goal is to have all Army Installations, inside the Continental United States (CONUS) and Overseas, centrally monitored and sustained using 5 regional hubs.
The intent of this RFI is to identify systems/technologies that have already been shown to meet performance requirements listed above and could be integrated into ICIDS-V within 30 days and can be validated or demonstrated in 45 days.
SYSTEM DESCRIPTION: The ICIDS is used by security and law enforcement agencies at Army Installations worldwide, providing Commanders the means to detect and assess as necessary, the unauthorized intrusion or attempted intrusions of protected areas.
It consists of a family of reliable, standardized, state-of-the-art-commercial-technology to enhance the physical security of the site and its sensitive assets by providing early warning of compromise and/or attempted compromise of protected assets.
It is an integrated system that includes the Intrusion Detection System (IDS), Closed Circuit Television (CCTV), Entry Control Equipment (ECE), communications links, and alarm reporting systems for monitor, control, and display of alarm and system information. It is configured to provide one or more layers of protection around an asset. Each layer is made up of a series of contiguous detection zones, designed to isolate the asset, and control ingress and egress of authorized personnel and materials.
The ICIDS is modular and scalable. Tailored combinations of ICIDS components are designed to meet site-specific security requirements. Components are selected, configured, and installed in varying quantities, depending on the level of protection required; the physical construction; the size, number, and location of critical or vulnerable assets or areas requiring protection; and other characteristics of the site. In some cases, viable existing equipment is used with ICIDS.
The ICIDS is type accredited under the Risk Management Framework Process as a Closed Restricted Network.
BASELINE TECHNOLOGY: Technologies shall be able to integrate with existing ICIDS and maintain a Closed Restricted Network Architecture across the US Army Physical Security Enterprise.
Central Monitoring – ICIDS-V system must have the capability to be centrally monitored through a NETCOM IS Secure Enclave (network system). Integration - Compatibility will be required with DAQ ICIDS technologies currently operating within the Army Physical Security Enterprise.
RESPONSE SUBMITTAL INSTRUCTIONS: Participation in response to this RFI will not preclude any vendor from responding to future acquisitions, either individually or as part of a team. For this RFI, the Government seeks information regarding your commercial capabilities and experience related to the delivery of capabilities as described in the Program Objective section of this RFI. Sources able to address the above request are invited to submit information describing their approach. The Government requests that interested sources submit an electronic response of not more than ten (10) pages, 8.5" x 11" paper, font size 12 pt for the body text and 10-11 pt for any text in table or graphics, Times New Roman font, with a minimum of one (1) inch margins all around. Please limit White Paper submissions to a maximum of 10 pages (including a cover sheet). Please find the specific required information in the Attachments.
Respondents shall not be obligated to provide the services described herein and it is understood by the United States Government that the cost estimates provided as a result of this request are “best” estimates only.
Responses to Small Business Questions 6 through 10 are in addition to the above stated ten (10) page limitation. Responses should include the company name, Commercial and Government Entity Code (CAGE) code, point of contact, and address.
Supporting documentation (such as marketing brochures, fliers, published presentations or papers and other materials that summarize the technology and more about your company) is acceptable (up to two (2) pages worth), and may be referenced by reviewers only in support of claims identified in the White Paper, and only where specifically referenced in the White Paper.
Any company proprietary information, performance capabilities and/or future modification plans should be clearly identified and MUST be marked accordingly and will be protected by the Government.
Responses to the RFI will not be returned by the Government.
Responses to the RFI may be used to develop Government documentation.
All information marked as proprietary information will be safeguarded to prevent disclosures to non-Government personnel and entities. Your interest in this response is appreciated.
All interested companies or organizations are encouraged to respond to the RFI by providing the information by 1500 EST on 27 May 2026.
Respondents are requested to submit one (1) electronic copy of the responses to Rosetta Wisdom-Russell, Contracting Officer, at rosetta.wisdom-russell.civ@army.mil, and to Thao Trinh, Contract Specialist, at thao.h.trinh.civ@army.mil.
Files should be sent in a Microsoft Word compatible file or a PDF file. Files greater than 20MB cannot be transmitted through the network firewall.
Disclaimer: THE GOVERNMENT DOES NOT INTEND TO AWARD A CONTRACT ON THE BASIS OF THIS RFI OR REIMBURSE ANY COSTS ASSOCIATED WITH THE PREPARATION OF RESPONSES.
This announcement is issued solely for information and planning purposes and does not constitute a solicitation. Proprietary information and trade secrets, if any, must be clearly marked on all materials. All information received that is marked Proprietary will be handled accordingly. Responses will not be returned nor will the Government confirm receipt. Whatever information is provided will be used to assess tradeoffs and alternatives available for determining how to proceed in the acquisition process. In accordance with FAR 15.201(e), responses are not offers and cannot be accepted by the Government to form a binding contract. All Government and Contractor personnel reviewing responses will have signed non-disclosure agreements and understand their responsibility for proper use and protection from unauthorized disclosure of proprietary information as described in 41 USC §2101-2107. The Government shall not be liable for or suffer any consequential damages for any proprietary information not properly identified. Proprietary information will be safeguarded in accordance with the applicable Government regulations.