Lenel Nebula Access Control System
ID: FA282325Q0017Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA2823 AFTC PZIOEGLIN AFB, FL, 32542-5418, USA

NAICS

Security Systems Services (except Locksmiths) (561621)

PSC

MISCELLANEOUS ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS (6350)

Set Aside

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

    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the procurement and installation of a Lenel Nebula Access Control System at Eglin Air Force Base in Florida. This opportunity is set aside for small businesses, particularly those that are women-owned, and aims to enhance security through the installation of advanced access control systems, which are critical for maintaining facility safety and operational integrity. The total award amount for this contract is estimated at $25 million, with a delivery timeline of 60 calendar days post-award, and interested vendors must submit their proposals electronically by adhering to specific guidelines outlined in the solicitation documents. For further inquiries, potential contractors can contact A1C Emily Newton at emily.newton.1@us.af.mil or Erik Owens at erik.owens.8@us.af.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The memorandum from the Air Force Research Laboratory outlines the Statement of Work for the installation of a Lenel access control system in Rooms 111, 112, and the first-floor mechanical room of Building 13 at Eglin Air Force Base, FL. The project includes installing necessary equipment, such as enclosures, controllers, power supplies, and readers associated with the access control system. Additional tasks involve programming the system, testing functionalities, and conducting user training for personnel. Timeline projections indicate a completion period of 60-120 days post-award due to potential delays influenced by various operational conditions. All installations are to be performed during regular business hours, with project coordination required with Security and Facility Managers. A detailed closeout process is outlined, focused on system testing, documentation, and warranty provisions. Essential requirements include providing necessary power sources and CAD drawings by the government. This memorandum serves as a crucial guide for contractors responding to the RFP, ensuring compliance with standards and successful implementation of security enhancements, showcasing the Air Force's commitment to maintaining facility safety and access control.
    The "Register of Wage Determinations Under the Service Contract Act" issued by the U.S. Department of Labor outlines required minimum wage rates for service contracts. It specifies that for contracts entered into or renewed after January 30, 2022, hourly wages must be at least $17.75 per hour, while contracts awarded between January 1, 2015, and January 29, 2022, maintain a minimum of $13.30 per hour unless a higher rate is determined in this document. Applicable to contracts in Florida's Okaloosa County, the document lists various occupations with their corresponding wage rates, which are subject to annual adjustments based on Executive Orders. Key points include mandatory health and welfare benefits, sick leave provisions under Executive Order 13706, and specified fringe benefits. The document also stipulates procedures for classifying additional job roles not covered in the determination and the process for submitting requests for wage rate adjustments for new classifications. This wage determination is essential for ensuring compliance with federal labor standards in government contracts, safeguarding both worker rights and contractor obligations.
    The document is a cover sheet for a Request for Proposal (RFP) related to the procurement of Lenel Access Control Systems for Eglin Air Force Base, FL, under solicitation FA28232325Q0017. It collects essential information from vendors, including company name, affiliation (prime contractor, subcontractor, or joint venture), business size, contact details, and identification numbers (CAGE, DUNS). The document addresses the requirement for representations and certifications, specifically inquiring about the National American Industry Classification System (NAICS) code. By signing the form, vendors acknowledge any amendments to the solicitation. Overall, this cover sheet serves a critical role in facilitating government procurement processes by ensuring that the necessary vendor information is systematically captured and verified for compliance with federal standards.
    This document is an addendum to the Federal Acquisition Regulation (FAR) 52.212-1, detailing instructions for submitting offers for Lenel Access Control Systems at Eglin AFB, FL. The NAICS code is 561621 with a small business size standard of $25 million. Offers must be submitted electronically via email, clearly labeled with the solicitation number and the offeror’s CAGE code. The proposal must consist of three parts: a cover sheet, the SF 1449 form, and technical capability documentation not exceeding six pages. Offerors are reminded to adhere to all solicitation requirements and to submit their offers in PDF format, ensuring use of Times New Roman font, size 12. Deadline for questions is set for July 20, 2023, at 11:00 AM CST. The document emphasizes the necessity of meeting all requirements, including technical factors and evaluation criteria and stresses that only electronic submissions will be accepted. Failure to comply may result in disqualification from consideration. This addendum aims to streamline the proposal submission process and ensure clarity in requirements for potential contractors.
    The document outlines the evaluation criteria for the acquisition of Lenel Access Control Systems at Eglin AFB, FL, employing a Lowest Price Technically Acceptable (LPTA) method. The government intends to award a contract based on the offeror with the lowest evaluated total price, provided their proposal meets established technical requirements. The evaluation will include two main factors: Price and Technical Acceptability, which are considered equally important. Offers deemed technically unacceptable may be rejected outright, and the government retains the right to make awards based solely on initial submissions without further discussion. Technical evaluations will be rated as "Acceptable" or "Unacceptable," with the offeror required to demonstrate compliance with the Statement of Work (SOW) and a quality control program. The government will also conduct market research to ensure price fairness and reasonableness. The goal is to award the contract to an offeror whose submission is both technically sound and the lowest in price, emphasizing adherence to all solicitation requirements.
    The document outlines a federal solicitation for a Women-Owned Small Business (WOSB) focused on procuring the purchase and installation of a Lenel brand Access Control System under requisition number FA282325Q0017. The primary aim is to facilitate the acquisition of commercial products and services while adhering to various government regulations and standards. Significant details include a total award amount of $25 million, the method of solicitation through a Request for Quote (RFQ), and a requirement for the contractor to sign and return the document. The acquisition is set for delivery 60 calendar days following the award date. The contract involves compliance with numerous Federal Acquisition Regulation (FAR) clauses and Defense Federal Acquisition Regulation Supplement (DFARS) clauses, ensuring adherence to regulations on topics such as labor standards, cybersecurity, and domestic sourcing. Furthermore, the solicitation emphasizes the importance of including economically disadvantaged women-owned small businesses in procurement opportunities, thus supporting diversity and inclusion in federal contracting. The document signifies a structured procurement process requiring detailed compliance by interested parties while maintaining a commitment to equal business opportunities.
    This document is a Single Source Justification for a simplified acquisition regarding the installation of a Lenel Access Control system by the Air Force Research Laboratory (AFRL). The estimated contract cost is $20,000. The project involves installing security equipment in specific rooms, including enclosures, controllers, power supplies, readers, and a workstation, with necessary cabling and system configuration. The justification for selecting a single source stems from the existing LENEL systems already in place, which require compatibility for efficient operation and avoid significant costs related to complete system replacement. Efforts to promote competition have been recognized, with acknowledgement that two local businesses have expressed interest. However, it was concluded that the unique requirements of the project necessitate a specific brand for operational consistency and future maintenance. The contracting officer, Erik W. Owens, confirmed that under FAR guidelines, only a single source is reasonably available for this contract action.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    BLDG 229N SCIF DOOR REPLACEMENT
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors for the replacement of a SCIF-rated vault door at Robins Air Force Base in Warner Robins, Georgia. The project requires the contractor to provide a secure door, frame, and installation services, ensuring compliance with security and safety regulations, with a completion timeline of 16 weeks post-award. This procurement is significant for maintaining the integrity of sensitive information and operational security within military facilities. Interested parties, particularly Women-Owned Small Businesses, must submit their Request for Quote (RFQ) by March 18, 2025, with a maximum award amount of $45 million. For further inquiries, contact Adam Hudson at adam.hudson.4@us.af.mil or Valerie Evans at valerie.evans.1@us.af.mil.
    Executive Suite Furniture Install - Eglin AFB
    Buyer not available
    The Department of Defense, specifically the Air Force, is soliciting proposals for the procurement and installation of executive suite furniture at Eglin Air Force Base, Florida. This opportunity is set aside for small businesses, particularly those owned by women, and aims to fulfill the furniture needs of the 96th Civil Engineering Group, with a focus on compliance with federal regulations and GSA-approved standards. The project requires the contractor to deliver and install specified furniture items within 30 calendar days from the award date, ensuring adherence to security protocols and site inspection requirements. Interested vendors should contact Andrew Adams at andrew.adams.38@us.af.mil or Rick Porter at rick.porter.1@us.af.mil for further details regarding the solicitation identified as FA282325Q0018.
    CCTV Maintenance Service, Eglin AFB
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for CCTV maintenance services at Eglin Air Force Base, Florida, under a total small business set-aside. The contract entails the maintenance of the Indigo Vision CCTV system for the 7th Special Forces Group (Airborne), requiring certified personnel to perform both scheduled and unscheduled maintenance, implement quality control measures, and provide regular maintenance reports. This procurement is critical for ensuring the operational integrity of surveillance systems, which play a vital role in security and monitoring at the base. Interested small businesses must submit their offers by 12:00 PM CST on March 14, 2025, and are encouraged to contact Rommel Angeles at rommel.angeles.2@us.af.mil or David Dos Santos at david.dossantos.1@us.af.mil for further information.
    IT EQUIPMENT
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking small businesses to provide IT equipment under Solicitation Number FA2823-25-Q-A010. The procurement aims to acquire multi-purpose electronic devices, including display, audio, and video equipment, to enhance technological capabilities at Eglin Air Force Base, Florida, while adhering to federal standards such as Information Assurance protocols and Energy Star guidelines. This initiative emphasizes the use of Commercial-Off-The-Shelf (COTS) products that meet specific security certifications, with a firm-fixed price purchase order expected to be awarded based on best value criteria, including technical capability and past performance. Interested vendors must register in the System for Award Management (SAM) and submit their proposals, ensuring delivery within 60 days of order receipt, with any delays promptly communicated. For further inquiries, potential offerors can contact Naomi Letting at naomi.letting@us.af.mil or Brittany Linthicome at brittany.linthicome@us.af.mil.
    Nellis AFB 2025 Air Show Security Equipment
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking a contractor to provide security equipment for the 2025 Aviation Nation Air Show at Nellis Air Force Base in Nevada, scheduled for April 4-6, 2025. The contractor will be responsible for supplying advanced security screening equipment, including specialized detection towers and handheld wands, capable of processing 3,600 attendees per hour while ensuring the detection of prohibited items. This procurement is critical for maintaining a secure environment for an expected 200,000 attendees at a major public event. Interested parties should contact SrA Carlos Burnes at carlos.burnes@us.af.mil or call 652-7022 for further details, as this opportunity is set aside for small businesses under the SBA guidelines.
    Vehicle Barrier Maintenance and Repair
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for Vehicle Barrier Maintenance and Repair services at Luke Air Force Base, with a total contract value of $34 million. The procurement aims to ensure the operational readiness of vehicle barriers through preventive maintenance, routine service calls, and necessary repairs over a performance period from April 1, 2025, to March 31, 2030, including multiple option periods. This contract is particularly significant as it supports the security infrastructure essential for military installations, emphasizing compliance with federal labor standards and environmental regulations. Interested small businesses must acknowledge the solicitation amendment and submit their proposals by the specified deadline, with further inquiries directed to Sabastian Halstead at sabastian.halstead@us.af.mil or Jacqueline Aranda at jacqueline.aranda.1@us.af.mil.
    Sources Sought Announcement - Door Locks - Renovate Sijan Hall - Phase One at U.S. Air Force Academy, CO
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, Omaha District, is conducting a Sources Sought announcement to identify potential suppliers for door locks required for the renovation of Sijan Hall at the U.S. Air Force Academy in Colorado. The procurement aims to gather market insights for door lock products that comply with Yale brand specifications, as part of a larger design-bid-build construction project valued between $100 million and $250 million, with an estimated budget for door locks ranging from $60,000 to $90,000. This renovation project is critical for ensuring modern safety and operational standards while minimizing disruption to ongoing activities at the facility. Interested vendors must submit their capabilities statements by 12:00 p.m. Central Time on March 5, 2025, to Scott Dwyer at Scott.Dwyer@usace.army.mil, with all submissions treated as confidential.
    F-35 CONSTRUCT COMBINED WEAPONS FACILITY
    Buyer not available
    The Department of Defense, through the Department of the Army, is soliciting proposals for the construction of the F-35 Combined Weapons Facility (CWF) at the Jacksonville Air National Guard base in Florida. This project, set aside exclusively for small businesses, aims to enhance military capabilities by constructing a facility that includes a Weapons Loading Training Hangar and Weapons Release Systems Shop, with an estimated contract value between $10 million and $25 million. The procurement process emphasizes compliance with federal regulations and requires bidders to submit detailed proposals, including specific documentation and a bid guarantee, by March 20, 2025. Interested contractors should direct inquiries to TSgt Frederick Cherry at frederick.cherry.1@us.af.mil or call 904-741-7405, and must attend a mandatory pre-bid conference and site visit scheduled for February 26, 2025.
    Notice of Intent for Lenel OnGuard Version 8.0 Access Control System
    Buyer not available
    The Department of Defense, specifically the Department of the Army, has issued a Notice of Intent regarding the procurement of the Lenel OnGuard Version 8.0 Access Control System. This procurement aims to enhance security measures through the implementation of a sophisticated access control system that is critical for safeguarding military facilities and personnel. The system is expected to integrate seamlessly with existing security infrastructure, ensuring robust protection and operational efficiency. Interested vendors can reach out to Elizabeth Glasgow at elizabeth.k.glasgow@usace.army.mil or call 978-318-8671 for further details, while Tyler Maryak is also available at tyler.s.maryak@usace.army.mil or 978-318-8049 for additional inquiries.
    C-5 Visor Door Actuator Overhaul
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the overhaul of C-5 Visor Door Actuators under solicitation number FA8538-25-R-0003. This procurement aims to repair and maintain electronic and precision equipment, with a focus on ensuring the operational integrity and safety of critical aircraft components. The contract will span multiple ordering periods of one to five years, emphasizing compliance with rigorous quality assurance practices and documentation requirements. Interested vendors, including small, women-owned, and veteran-owned businesses, must submit their proposals by May 8, 2024, and can direct inquiries to Caiveon Thomas at caiveon.thomas@us.af.mil.