This document is a combined synopsis/solicitation for commercial services, specifically seeking Lenel Certified security professionals for repair and maintenance support at the Navy Medicine Operational Training Center (NMOTC), NAS Pensacola, Florida. The Naval Supply Systems Command (NAVSUP) Fleet Logistics Center (FLC) Norfolk Contracting Department in Philadelphia is issuing this Request for Quotations (RFQ). This requirement is set aside exclusively for small businesses, and any non-small business quotations will be disqualified. The anticipated award is a firm, fixed-price purchase order. Questions regarding the solicitation are due by December 29, 2025, at 10:00 AM EST, and quotations must be submitted by January 5, 2026, at 10:00 AM ET via email to Megan Emery. The applicable Product Service Code (PSC) is J063, and the North American Industry Classification System (NAICS) code is 561621.
The document outlines a non-personal services contract for Lenel Access Control System maintenance and repair at Navy Medicine Operational Training Center (NMOTC) in Pensacola, Florida. The contractor will provide certified security professionals, labor, tools, and equipment for maintenance, repair, and software support across 11 buildings. The contract spans a one-year base period and four option years (Jan 2026 - Jan 2031). Services include quarterly inspections, health checks, parts replacement, and a 24-48 hour response time for service requests during normal work hours (0800-1700 CST, M-F). The government will provide all necessary parts and materials, access to facilities, and utilities. Contractors must be U.S. citizens, comply with strict security and safety regulations, and report labor hours via the Enterprise-Wide Contractor Manpower Reporting Application (ECMRA).
The N0018926QZ009 Performance Work Statement outlines a non-personal services contract for Lenel Access Control System maintenance and repair at Navy Medicine Operational Training Center (NMOTC), NAS Pensacola, Florida. The contractor will provide Lenel Certified security professionals, labor, tools, and equipment for repair and preventative maintenance of the Lenel OnGuard system across 11 buildings. Services include quarterly inspections, health checks, parts replacement, software support, and upgrades. The contract has a one-year base period and four one-year option periods, from January 2026 to January 2031, with a 24-48 hour response time for service requests during normal business hours (0800-1700 CST, M-F). The government will provide parts and facility access, while the contractor is responsible for quality control, safety, security access (including DBIDS credentials for US citizens), and compliance with various federal and Navy regulations. Reporting of contractor labor hours is required via SAM.gov.
The NMOTC Equipment Inventory details security and access control equipment across various buildings (488, 498, 664, 665, 1954, 3801, 3845, 3860, 3933, 3944). The inventory lists quantities of devices such as enclosures, controllers, reader modules, power supplies, batteries, various HID pivCLASS readers, door strikes (HES models), magnetic locks (Mag Lock, SDC-1581, DYNALOCK models), electrified panic hardware (JACKSON 2086N, DOR-O-MATIC 1490, PRECISION PANIC BAR, VON DUPRIN 99 SERIES), REX motion sensors, exit buttons, and keyswitches. The document serves as a comprehensive record of installed equipment, likely for maintenance, upgrade planning, or auditing purposes within a government facility. Building 1644's inventory is yet to be determined, indicating ongoing assessment or future planning.
The Naval Supply Systems Command (NAVSUP) Fleet Logistics Center (FLC) Norfolk Contracting Department in Philadelphia has issued a combined synopsis/solicitation for commercial services. The solicitation seeks Lenel Certified security professionals to provide repair and maintenance support for the Navy Medicine Operational Training Center (NMOTC) in NAS Pensacola, Florida. This requirement is a 100% Small Business (WOSB) set-aside, meaning only qualified small businesses will be considered. The anticipated award is a firm, fixed-price purchase order. Questions regarding the solicitation are due by 10:00 AM EST on December 23, 2025, and quotations must be submitted by 2:00 PM ET on December 24, 2025, via email to Megan Emery. The applicable Product Service Code (PSC) is J063, and the North American Industry Classification System (NAICS) code is 561621.