J063--FY26 Lenel S2 Security System Support Five (5)-Year Indefinite Delivery Contract (IDC) for VA Coatesville. Brand Name Only.
ID: 36C24426Q0034Type: Combined Synopsis/Solicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF244-NETWORK CONTRACT OFFICE 4 (36C244)PITTSBURGH, PA, 15215, USA

NAICS

Security Systems Services (except Locksmiths) (561621)

PSC

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

Set Aside

Veteran Set Aside (VSA)
Timeline
    Description

    The Department of Veterans Affairs (VA) is seeking proposals for a five-year Indefinite Delivery Contract (IDC) for Lenel S2 Security System Support at the Coatesville VA Medical Center, specifically for brand-name-only products. The procurement includes a comprehensive service package that covers a PRO SUSP PLAN for 513-1024 readers, technical support, and Verizon monthly router service for remote support, with a total performance period extending from December 8, 2025, to September 30, 2030. This contract is a 100% set-aside for Certified Veteran-Owned Small Businesses (VOSBs) and emphasizes compliance with VA regulations regarding subcontracting limitations. Interested parties must submit their proposals by December 15, 2025, at 3:00 PM ET, and can direct inquiries to Contract Specialist Allan Tabliago at allan.tabliago@va.gov.

    Point(s) of Contact
    Allan TabliagoContract Specialist
    (732) 978-0110
    allan.tabliago@va.gov
    Files
    Title
    Posted
    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.
    Similar Opportunities
    7J20--Lenel License
    Buyer not available
    The Department of Veterans Affairs, specifically the Network Contracting Office 4, intends to award a sole source contract for the renewal and restoration of a Lenel S2 license for the Philadelphia VA Medical Center. This procurement aims to transition the Access Control system to the Lenel S2 OnGuard, a Physical Access Control System software, ensuring compliance with federal guidelines and enhancing operational efficiency. The current system in use is outdated and non-compliant, making this renewal a cost-effective solution compared to implementing a new system. Interested firms may submit written notifications and capability statements by December 10, 2025, at 10:00 AM EST, with the NAICS code for this opportunity being 541519, which pertains to Other Computer Related Services.
    Boise VA Security Equipment & Software Service Maintenance
    Buyer not available
    The Department of Veterans Affairs is seeking qualified vendors to provide software support and maintenance for security equipment at the Boise VA Medical Center in Idaho. This procurement specifically involves the maintenance of Lenel and Milestone Card Readers, cameras, and other security systems, with a requirement for brand name or equal equivalent products. The contract will span a base period from January 15, 2026, to January 14, 2027, with four additional option years extending to January 14, 2031. Interested Service-Disabled Veteran-Owned Small Businesses (SDVOSB) are encouraged to submit quotations, with the anticipated Request for Quote issuance on November 15, 2025, and an expected award date of January 15, 2026. For further inquiries, vendors may contact Michael J Borelli at Michael.Borelli@va.gov.
    N063--WEAPONS DETECTION SYSTEM - Base plus 2 OY [605] | POP: 02/01/2026 - 01/31/2029
    Buyer not available
    The Department of Veterans Affairs, specifically the Network Contracting Office 22, is soliciting quotes for a comprehensive Evolv Weapons Detection System (WDS) Subscription & Maintenance Agreement for the VA Loma Linda Healthcare System. The procurement aims to ensure the functionality and maintenance of the WDS at five primary entrances, enhancing safety and security measures through effective threat detection and response capabilities. This contract, set aside for Service-Disabled Veteran-Owned Small Business concerns, spans a base period plus two option years, from February 1, 2026, to January 31, 2029, with quotes due by December 5, 2025, at 10:00 AM Mountain Time. Interested vendors should contact Contracting Officer Norman Napper-Rogers at Norman.Napper-Rogers@va.gov for further details.
    DA01--550-26-1-985-0034 InstyMed Dispenser System (VA-26-00024776)
    Buyer not available
    The Department of Veterans Affairs (VA) intends to negotiate a limited source contract for the InstyMed Dispenser System, identified by Solicitation Number 36C25226Q0106. This procurement includes the purchase of the dispenser system and professional installation services, emphasizing that it is not a request for proposal or quote, as no solicitation document is available. The InstyMed Dispenser System is crucial for enhancing medication delivery and management within VA facilities. Interested parties must respond to this notice by December 12, 2025, at 10:00 am CST, and can contact Contracting Officer Vernise L. Newton at vernise.newton@va.gov or by phone at 414-844-4850 for further information.
    DA01--PACT Act -Veteran Experience Services Eligibility and Enrollment (VESEE) 2.0
    Buyer not available
    The Department of Veterans Affairs is seeking qualified Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) to participate in the Veteran Experience Services Eligibility and Enrollment (VESEE) 2.0 initiative. This procurement aims to modernize the existing systems that support eligibility and enrollment processes for Veterans and their families, focusing on improving user experience, streamlining operations, and ensuring compliance with data security and privacy regulations. The initiative is critical for enhancing access to healthcare services and benefits for Veterans, with the contract expected to be awarded in November 2025. Interested parties must respond to the Request for Information by May 28, 2025, and can contact Contract Specialist Luis Lozada-Santiago at Luis.Lozada-Santiago@va.gov or 848-377-5245 for further details.
    J042--Emergency Vehicle Preventative Maintentance and Safety Inspections (5 year ordering) Coatesville VA Medical Center
    Buyer not available
    The Department of Veterans Affairs, Network Contracting Office 4, is seeking qualified vendors for preventative maintenance and safety inspections of two emergency vehicles at the Coatesville VA Medical Center in Coatesville, PA. This procurement, which is set for a five-year ordering period, is crucial for ensuring the operational readiness and safety of emergency response vehicles used in veteran care. The full solicitation, numbered 36C24426Q0098, is expected to be posted on www.sam.gov around December 3rd, 2025, with a response deadline of December 9th, 2025. Interested parties must be registered in the System for Award Management (SAM) and can direct any inquiries in writing to Contracting Officer Keri Hester at keri.hester1@va.gov.
    Z2NB--542-26-105 | Correct FCA Deficiencies Chiller Plant | NCO 4 Construction East (VA-26-00010360)
    Buyer not available
    The Department of Veterans Affairs, specifically the Network Contracting Office 4, is seeking proposals from qualified Service-Disabled Veteran-Owned Small Businesses (SDVOSB) to correct deficiencies in the chiller plant at the Coatesville VAMC in Pennsylvania. The contractor will be responsible for providing all necessary labor, materials, and equipment to address the deficiencies as outlined in the scope of work, drawings, and specifications. This project is crucial for maintaining the operational efficiency of the facility's heating and cooling systems, with a contract value estimated between $250,000 and $500,000. Interested bidders must ensure they are registered in the System for Award Management (SAM) and comply with all relevant certification and regulatory requirements. The solicitation documents will be available for download on SAM.GOV around December 12, 2025, and inquiries should be directed to Contract Specialist Kevin Rodgers at kevin.rodgers2@va.gov or by phone at 215-823-5800.
    R699--Reader Services
    Buyer not available
    The Department of Veterans Affairs is seeking a contractor to provide Reader Services to support employees with visual impairments at the Cleveland Regional Office. The objective of this procurement is to ensure reasonable accommodation for a Department employee by offering remote reading and interpretation of various documents, including electronic records and medical information. This service is crucial for maintaining accessibility and support for veterans, emphasizing the VA's commitment to inclusivity. The contract, valued at approximately $22.5 million over a base period and four optional years, is set aside for Service-Disabled Veteran-Owned Small Businesses, with quotes due by August 7, 2025. Interested parties can contact Contracting Officer Thomas Landers at thomas.landers@va.gov or by phone at 802-698-2746 for further details.
    6525--SEP 2025 Equipment Only Consolidation
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for the "SEP 2025 Equipment Only Consolidation" contract, specifically aimed at procuring medical imaging equipment and related services. This procurement encompasses a variety of medical devices, including but not limited to MRI systems, ultrasound units, and radiographic equipment, which are essential for enhancing diagnostic capabilities and improving healthcare delivery to veterans. The contract is unrestricted, with a due date for offers set for January 14, 2026, at 11:59 PM CST, and interested vendors can direct inquiries to Contracting Officer Teresa Rogofsky at teresa.rogofsky@va.gov. The solicitation includes detailed specifications and requirements, emphasizing compliance with security standards and the need for comprehensive training and support services.
    Valet Services
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for Valet Services at multiple locations within the North Texas Health Care System, including Dallas, Fort Worth, and Bonham. The contract, set aside for certified Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), requires the contractor to provide professional valet services, including managing vehicle traffic, securing vehicles, and ensuring timely service for disabled veterans and visitors. This service is crucial for enhancing accessibility and convenience at VA facilities, with a contract duration from January 28, 2026, to January 27, 2027, and four optional one-year extensions potentially extending to January 27, 2031. Interested parties should contact Dayna Cantu at dayna.cantu@va.gov or Shannon Hodgson at shannon.hodgson@va.gov for further details, and proposals must adhere to the outlined evaluation criteria and submission deadlines.