Lenel Maintenance and Repair Services
ID: N0018926QZ009Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVSUP FLT LOG CTR NORFOLKNORFOLK, VA, 23511-3392, USA

NAICS

Security Systems Services (except Locksmiths) (561621)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS (J063)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Defense, through the Naval Supply Systems Command (NAVSUP) Fleet Logistics Center Norfolk, is seeking qualified small businesses to provide maintenance and repair services for the Lenel OnGuard Access Control System at the Navy Medicine Operational Training Center (NMOTC) in Pensacola, Florida. The contractor will be responsible for delivering Lenel Certified security professionals, labor, tools, and equipment necessary for comprehensive maintenance, including quarterly inspections, software support, and a 24-48 hour response time for service requests across 11 designated buildings. This contract is critical for ensuring the operational integrity and security of the NMOTC facilities, with a contract duration of one year and four option years, running from January 2026 to January 2031. Interested parties must submit their quotations by January 5, 2026, and can direct inquiries to Megan Emery at megan.p.emery.civ@us.navy.mil or by phone at 757-870-0197.

    Point(s) of Contact
    Files
    Title
    Posted
    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.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    USNS MEGAR EVERS 2026 MTA
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, is soliciting proposals for the USNS MEGAR EVERS 2026 Maintenance and Technical Assistance (MTA) contract. This opportunity involves various amendments to the original solicitation, including the addition and revision of work instructions, correction of contract line item numbers, and updates to the period of performance, which has been adjusted to span from August 19, 2026, to October 7, 2026. The contract is critical for ensuring the operational readiness and maintenance of naval vessels, particularly in the shipbuilding and repairing sector. Interested parties should note that the request for comments (RFC) is due by 10:00 AM EST on February 16, 2026, with the request for proposals (RFP) closing at 1:00 PM EST on March 5, 2026. For further inquiries, potential bidders can contact Darius Swift at darius.swift.civ@us.navy.mil or by phone at 564-226-4528.
    Elevator Maintenance and Repair Services
    Dept Of Defense
    The Department of Defense, through the NAVFACSYSCOM MID-ATLANTIC, is soliciting proposals for Elevator Maintenance and Repair Services at the Naval Submarine Base New London in Groton, Connecticut. The contract encompasses a base period of 12 months with four additional 12-month option periods, requiring the contractor to provide all necessary labor, supervision, materials, and equipment for both recurring preventive maintenance and non-recurring repairs. This service is critical for ensuring the operational reliability and safety of the elevators within the base, which includes a diverse inventory of 47 elevators and related equipment. Interested contractors must submit their proposals by January 6, 2026, and can direct inquiries to Rebecca Spaulding at rebecca.j.spaulding.civ@us.navy.mil or by phone at 860-694-4557.
    Housing Access & Door Locking System
    Dept Of Defense
    The Department of Defense, through the Department of the Navy's NAVFACSYSCOM Southwest, is seeking procurement for a brand-name multi-housing access and door locking system for Unaccompanied Housing Towers A, B, and C at NAS Lemoore, California. This system has been evaluated for compliance with Department of Navy cybersecurity and CNIC Housing policies, ensuring a reliable, safe, and secure environment for residents. The procurement is critical for maintaining the security and integrity of housing facilities, which are essential for the well-being of military personnel. Interested vendors can contact Christopher Rosario at christopher.rosario@navy.mil or by phone at 619-705-4654 for further details regarding this opportunity.
    J059 - Shore Equipment Installation and Maintenance Management Program (SEIMMP)
    Dept Of Defense
    The Department of Defense, through the Naval Supply Systems Command (NAVSUP) Fleet Logistics Center Norfolk, is seeking proposals for the Shore Equipment Installation and Maintenance Management Program (SEIMMP). This procurement aims to secure contractor support services for engineering, installation, and maintenance of electronic systems and equipment, primarily in support of Fleet Cyber Command/Commander U.S. 10th Fleet (FCC/C10F). The services are critical for ensuring the operational readiness and security of Navy and non-Navy installations across the continental United States and overseas, with performance locations including Fort Meade, MD, Chesapeake, VA, and Oahu, HI. Interested contractors must submit their proposals by January 13, 2026, and ensure compliance with security clearance requirements, as well as registration in the SAM database. For further inquiries, contact Ethan Othersen at ethan.t.othersen.civ@us.navy.mil or Elizabeth Phelps at elizabeth.a.phelps1@navy.mil.
    Depot Level Repair and Maintenance of AN/AQS-24 Sonar System and Related AMCM Systems
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center Panama City Division, is seeking to extend the Period of Performance for an existing contract with Northrop Grumman Systems Corporation for depot level repair and maintenance of the AN/AQS-24 Sonar System and related AMCM systems. This extension will cover a range of services including repair, maintenance, spares, engineering support, alteration, overhaul, production, modification, and upgrades for various sonar detecting sets and related equipment. The AN/AQS-24 system is critical for naval operations, and Northrop Grumman, as the original equipment manufacturer, possesses the proprietary data and expertise necessary to fulfill these requirements without incurring significant risk or cost to the government. The contract extension is anticipated to last an additional 36 months, from March 18, 2027, to March 17, 2030, with inquiries directed to Contracting Officers Charlotte Blue at charlotte.v.blue.civ@us.navy.mil and Matthew Hammond at matthew.a.hammond4.civ@us.navy.mil.
    ANNUAL SOFTWARE RENEWAL
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, is seeking to renew the N7800A-U1R Test Management Environment (TME) Calibration Software application for the Norfolk Naval Shipyard located in Portsmouth, Virginia. This procurement involves the renewal of a perpetual license for business application software categorized under IT and Telecom, which is crucial for maintaining the operational capabilities of the shipyard's testing environment. Interested vendors can reach out to Rebekah Riggins at rebekah.r.riggins.civ@us.navy.mil or by phone at 757-406-5526 for further details regarding this opportunity. The contract is classified as a justification notice, indicating it may not be open to full and open competition.
    Aircraft Carrier Readiness Support
    Dept Of Defense
    The Department of Defense, through the Naval Supply Systems Command (NAVSUP) Fleet Logistics Center Norfolk, is seeking contractors for the Aircraft Carrier Readiness Support contract, aimed at enhancing the operational readiness of U.S. Navy aircraft carriers. This procurement involves providing professional engineering assistance, including technical expertise, logistics coordination, and quality assurance, to support the maintenance and modernization of the USS Nimitz (CVN 68) and USS Gerald R. Ford (CVN 78) class carriers. The contract is crucial for ensuring that these vessels are mission-capable and ready for deployment, aligning with the Navy's operational requirements. Interested parties should note that the solicitation is expected to be available around February 1, 2026, with a total contract period anticipated from August 1, 2026, to July 30, 2031. For inquiries, contact Jill Joscelyn at jill.h.joscelyn-smith.civ@us.navy.mil or call 757-443-1219.
    USNS PATUXENT (T-AO 201) FY26 MTA
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, is soliciting proposals for the Mid-Term Availability (MTA) of the USNS PATUXENT (T-AO 201) for fiscal year 2026. This procurement involves shipbuilding and repair services, with a focus on ensuring the operational readiness of the vessel through various maintenance and repair tasks. The importance of this contract lies in maintaining the Navy's fleet capabilities, which are critical for national defense and maritime operations. Interested small businesses are encouraged to participate, with the solicitation closing date extended to January 7, 2026, at 1300 EST. For further inquiries, potential bidders can contact Robert Vance at robert.w.vance27.civ@us.navy.mil or Marcin Krauze at marcin.krauze.civ@us.navy.mil.
    J&A for Brand Name Lenel OnGuard
    Dept Of Defense
    The Department of Defense, through the NAVFACSYSCOM Marianas office, is seeking to procure the Lenel OnGuard security software under a Justification and Approval (J&A) for brand-name specification. This procurement is specifically for design-bid-build construction services that require the latest version of the Lenel OnGuard software, which is deemed essential for the security software system being developed. The decision to limit competition is based on the impracticality of obtaining equivalent products from other manufacturers, although a market survey is planned to explore future alternatives. Interested parties can reach out to Teresa Aguon at teresa.f.aguon.civ@us.navy.mil or Doris Castro at doris.r.castro.civ@us.navy.mil for further information regarding this opportunity.
    ASE Maintenance, Repair, Overhaul and Logistics (MROL) Support Services
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy's Fleet Readiness Center, is seeking proposals for the ASE Maintenance, Repair, Overhaul and Logistics (MROL) Support Services contract. This procurement aims to provide comprehensive maintenance and logistical support for aircraft launching, landing, and ground handling equipment, including modernization, repair, and parts manufacturing, as outlined in NAVAIR Instruction. The contract is a total 8(a) small business set aside, with an anticipated performance period from January 2027 to January 2032, featuring five one-year ordering periods and a six-month option to extend services. Interested parties must submit their proposals through the Procurement Integrated Enterprise Environment (PIEE) Solicitation Module, with questions due by January 5, 2025, and a mandatory site visit scheduled for January 16, 2025, for eligible 8(a) offerors. For further inquiries, contact Ndidiamaka Umeh at ndidiamaka.umeh@navy.mil or Kurt Dronenburg at kurt.j.dronenburg.civ@us.navy.mil.