J&A for Brand Name Lenel OnGuard
ID: CON3-23-004Type: Justification
AwardedJan 11, 2023
Award #:CON3-23-004
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVFACSYSCOM MARIANASFPO, AP, 96540-2937, USA

PSC

CONSTRUCTION OF ELECTRONIC AND COMMUNICATIONS FACILITIES (Y1BG)
Timeline
    Description

    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.

    Files
    Title
    Posted
    The Justification and Approval (J&A) document, CON3-23-004, details the rationale for using other than full and open competition for procuring Lenel OnGuard or an equivalent product. A sources sought notice was published on SAM.gov on December 29, 2022, but no additional market research was conducted due to the impracticality of other manufacturers providing the required supplies and services. The anticipated cost is deemed fair and reasonable due to existing market competition for Lenel OnGuard. To promote future competition, NAVFAC Marianas plans to conduct a market survey to identify alternative sources. The document includes certifications from technical, requirements, and legal departments, culminating in the Contracting Officer's approval for the procurement under 10 U.S.C. 3204(a)(1).
    Lifecycle
    Title
    Type
    Similar Opportunities
    Lenel Maintenance and Repair Services
    Dept Of Defense
    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.
    Trusted System SIPR Guard
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, is seeking procurement for the Trusted System SIPR Guard, which falls under the category of IT and Telecom - Security and Compliance Products. This opportunity aims to acquire hardware and perpetual license software necessary for the SIPR Guard system, which is crucial for maintaining secure communications within military operations. Interested vendors can reach out to the primary contact, Cynthia Bernardez, at cynthia.bernardez@usmc.mil or by phone at 760-830-5110, or the secondary contact, Patrick L. Doyle, at patrick.doyle@usmc.mil or 760-830-5115, for further details regarding the procurement process.
    Naval Hospital Guam-Agana Expanded Badge Readers and Alarm Systems
    Dept Of Defense
    The Defense Health Agency (DHA) intends to award a sole-source contract to G4S Security Systems (Guam), Inc. for the procurement and installation of a badge access system, duress alarm system, and bathroom panic button system at Naval Hospital Guam-Agana (NHGA). This acquisition is necessary to enhance security measures within the Mental Health Department/Crisis Stabilization Program, ensuring that the new systems are compatible with the existing WinPak security framework at the facility. The contract is set to be awarded with a delivery date of September 30, 2025, and interested vendors may submit capability statements to challenge the sole-source basis by August 28, 2025, via email to Cha-on P. Gordon at cha-on.p.gordon2.civ@health.mil. No telephone requests will be honored.
    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.
    Veritas Hardware and Software Brand Name Justification IAW FAR 16.505(a)(4)(i)
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard's C5I Division in Alexandria, is seeking to procure brand name Veritas NetBackup and Data Loss Prevention Network licensed hardware and software maintenance support, along with new NetBackup Platform Base licenses for its enterprise-wide datacenter systems. This procurement is essential for ensuring continued access to software upgrades, updates, security patches, and technical support, as it falls under the brand name exception to fair opportunity per FAR 16.505(a)(4)(i), which restricts items to a specific manufacturer. Interested parties can reach out to Contract Specialist Ebone Newbon at ebone.m.newbon@uscg.mil or by phone at 703-313-4172, or to Leslie D. Lee at leslie.d.lee2@uscg.mil or 703-313-5716 for further details. The opportunity is crucial for maintaining the operational integrity of the Coast Guard's IT infrastructure.
    SOLE SOURCE – PHYSICAL SECURITY COMPONENTS
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy's NSWC Crane, is seeking to procure physical security components through a sole source justification. This procurement is categorized under miscellaneous alarm, signal, and security detection systems, indicating a focus on enhancing security measures. The goods and services sought are critical for maintaining operational security and ensuring the safety of personnel and assets. For further inquiries, interested parties can contact Shauna Pegg at shauna.m.pegg.civ@us.navy.mil for additional details regarding this opportunity.
    NetApp Hardware and Software Brand Name Justification IAW FAR 16.505(a)(4)(i)
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking to procure brand name NetApp hardware and software maintenance support services to ensure compliance with security requirements on its network. This procurement is essential for providing technical support, security patch updates, and software release updates, which are critical for maintaining the integrity and functionality of the Coast Guard's IT systems. The justification for this brand name exception is in accordance with FAR 16.505(a)(4)(i), which allows for restrictions to items unique to a single manufacturer. Interested vendors can reach out to Contract Specialist Ebone Newbon at ebone.m.newbon@uscg.mil or by phone at 703-313-4172 for further details.
    Justification and Approval for AWEMS
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVFACSYSCOM Southwest, is seeking approval for the use of brand name commercial equipment from Johnson Controls International (JCI) for programmable building controllers. This procurement is aimed at facilitating the interface with the existing Area-Wide Energy Management System (AWEMS) in the San Diego metro area, ensuring efficient energy management in residential buildings. The Class Justification and Approval (CJ&A) for this action is critical as it allows for the integration of specialized equipment necessary for the project's success, with the authority to act under this justification expiring on April 9, 2024. Interested parties can reach out to Kathy Dai at kathy.y.dai.civ@us.navy.mil or Larry Romig at larry.g.romig.civ@us.navy.mil for further information.
    DON/AA FSSD DOOR LOCKING HARDWARE
    Dept Of Defense
    The Department of the Navy, specifically the Assistant for Administration (DON/AA), is seeking to procure FEDSTA 2807B high security locks to enhance the protection of classified spaces and containers in accordance with Federal Specification FF-L-2740B. This procurement is critical for ensuring compliance with security standards as evaluated by the DoD Lock Program, which was established to oversee the testing and evaluation of such security hardware. Interested vendors can reach out to George D. Bozadjian at george.d.bozadjian.civ@us.navy.mil or by phone at 703-693-0193 for further details regarding this opportunity, which is based in Washington, DC.
    SCADA Aveva Edge software
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is seeking to procure the SCADA Aveva Edge software through a sole-source justification from InSource Solutions for a total of $64,000. This software is critical for updating the existing Wonderware InduSoft Web Studio SCADA software, ensuring compliance with cybersecurity requirements, and is essential for the operation of the Dissolved Oxygen Injection System, which plays a vital role in the Savannah Harbor Expansion Project. The procurement is justified under FAR Part 6.302-1 due to the unique brand-name software and its importance in environmental mitigation efforts. Interested parties can reach out to Katherine Nicholson at katherine.d.nicholson@usace.army.mil or Jennifer Ford at jennifer.m.ford@usace.army.mil for further information.