This document is an amendment to a previous combined solicitation, 36C24426Q0034, for a five-year Indefinite Delivery Contract (IDC) for Lenel S2 Security System Support at VA Coatesville, specifically for brand-name-only products. The amendment extends the response date for offers from December 3, 2025, to December 15, 2025, at 3:00 PM ET. It also incorporates new line items (0004, 0005, 1004, 1005, 2004, 2005, 3004, 3005, 4004, 4005) for optional SUSP-DV Lenel software support and Avigilon Video Support across the base year and four option years. Additionally, the quantity for Line Item 0003, FY28 Verizon Monthly Router Service for Remote Support, has been increased from 11 to 12. The contract falls under NAICS code 561621 (Security Systems Services) and Product Service Code J063 (Technical Representative - Alarm, Signal, and Security Detection Systems) or 7J20 (IT and Telecom - Security And Compliance Products).
The Department of Veterans Affairs, Network Contracting Office 4, Services 2, is issuing a combined synopsis/solicitation (RFQ 36C24426Q0034) for a Brand Name Only, five-year Indefinite Delivery Contract (IDC) for FY26 Lenel S2 Security System Support at the Coatesville VA Medical Center. This procurement is 100% Set-Aside for Certified Veteran-Owned Small Businesses, with NAICS code 561621 and PSC J063. Quotes are requested in accordance with FAR subpart 12.6, and a written solicitation document will not be issued. Questions must be submitted by November 28, 2025, at 15:00 ET, and quotes are due by December 3, 2025, at 15:00 ET, both to allan.tabliago@va.gov. The award will be made to the most advantageous response for the Government.
This government solicitation, 36C24426Q0034, is a Request for Proposal (RFP) from the Department of Veterans Affairs, Network Contracting Office 4, for a five-year Indefinite Delivery Contract (IDC) for Lenel S2 Security System Support at the Coatesville VA Medical Center. This acquisition is a 100% certified Veteran-Owned Small Business (VOSB) Set-Aside, with offers due by December 3, 2025, at 3:00 PM EST. The contract covers a PRO SUSP PLAN – Tier 3 for 513-1024 readers, up to 24 hours of remote or on-site technical support, and Verizon Monthly Router Service for remote support. The contractor must be a Lenel Value Added Reseller (VAR) and provide all services at the Coatesville VA Medical Center. Key clauses include FAR 52.216-18 Ordering, FAR 52.216-19 Order Limitations, and FAR 52.216-22 Indefinite Quantity, along with VAAR clauses specific to VOSB set-asides and electronic payment submission. The total period of performance is from December 8, 2025, to September 30, 2030, including a base year and four option years.
This government file, 36C24426Q0034, outlines a Request for Proposal (RFP) for security system services, specifically for Lenel security systems. The RFP details requirements for a Lenel Pro SUSP Plan (Tier 3, 513-1024 Readers), technical support (limited to 24 hours annually), and Verizon monthly router service for remote support. These services are broken down into a base contract period (FY26: December 8, 2025, to September 30, 2026) and four optional one-year periods (FY27-FY30), extending coverage through September 30, 2030. Each period specifies the quantity of services and emphasizes the Principal NAICS Code 561621 (Security Systems Services) and various Product/Service Codes. The document focuses on maintenance, repair, and technical support for alarm, signal, and security detection systems, ensuring comprehensive security coverage over several fiscal years.
This document outlines the Department of Veterans Affairs (VA) notice of limitations on subcontracting for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) and Veteran-Owned Small Businesses (VOSBs) in accordance with VAAR 852.219-75. It requires offerors to certify that if awarded a contract, they will comply with specific subcontracting limitations based on the type of contract: 50% for services (excluding construction), 85% for general construction, and 75% for special trade construction. These percentages represent the maximum amount that can be paid to firms that are not certified SDVOSBs or VOSBs. The certification is subject to federal laws regarding false claims, with potential criminal, civil, or administrative penalties for non-compliance or bad faith actions. Contractors may be required to provide documentation to VA to demonstrate compliance, and failure to do so may result in remedial action. A formal, signed certification is mandatory for offers to be considered for award.