Lenel Support Services Solicitation 693JK426Q500001 for DOT
ID: 693JK426Q500001Type: Combined Synopsis/Solicitation
Overview

Buyer

TRANSPORTATION, DEPARTMENT OFOFFICE OF THE SECRETARY693JK4 OSTWASHINGTON, DC, 20590, USA

NAICS

Other Computer Related Services (541519)

PSC

TECHNICAL REPRESENTATIVE- MISCELLANEOUS (L099)

Set Aside

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

    The U.S. Department of Transportation (DOT) is issuing a competitive small-business set-aside solicitation for Lenel Support Services, specifically targeting the procurement of Lenel OnGuard System technical support and related services. The contract will encompass a Firm-Fixed Price agreement for a base year commencing April 1, 2026, with four optional renewal years, and will require the contractor to be a Lenel-certified Federal Government Value Added Reseller (VAR) located in the Washington D.C. Metro Area. This initiative is critical for maintaining the DOT's physical security infrastructure, ensuring compatibility with existing systems, and providing essential software upgrades and 24/7 support services. Proposals from interested Lenel-authorized small businesses must be submitted by January 19, 2026, with inquiries due by December 7, 2025; for further information, contact James Mowery at james.mowery@dot.gov.

    Point(s) of Contact
    Files
    Title
    Posted
    The U.S. Department of Transportation (DOT) is issuing a Special Notice for a brand-name justification to purchase Lenel-brand items for its Office of Security. This notice precedes a competitive small-business-set-aside solicitation for Lenel OnGuard software upgrades, support plans (SUSP), and direct system user support, totaling an estimated $288,489.95 over a base year and four option years. The contract will be Firm-Fixed price and partly Labor-Hour, with an estimated delivery of 30 calendar days ARO. DOT requires Lenel products due to significant prior investment in their proprietary OnGuard Physical Access Control System, its compatibility with existing infrastructure, and the need to maintain warranties. Only Lenel-certified small businesses will be eligible to submit proposals, with selection based on the Lowest-Totally-Priced-Technically-Acceptable (LPTA) method. Market research confirmed Lenel as the only brand meeting DOT's quality and compatibility requirements. Interested non-Lenel-certified companies believing they can meet DOT's needs must submit a Statement of Qualifications by October 22, 2025.
    The U.S. Department of Transportation (DOT) is issuing a Special Notice as a Brand Name Justification for a forthcoming competitive small-business-set-aside solicitation. This solicitation is for Lenel-brand items and services, including software upgrades, support plans, and certified contractor services, for the DOT’s Office of Security. The contract will be a Firm-Fixed Price (and partly Labor-Hour) for a base year starting April 1, 2026, with four optional years. Lenel is the sole source due to its proprietary system's compatibility with DOT’s existing infrastructure and the significant capital investment already made. The procurement will be a Lowest-Totally-Priced-Technically-Acceptable (LPTA) selection among Lenel-certified small businesses under NAICS Code 541519. Market research confirmed no other brands meet DOT's requirements for quality and compatibility. A previous notice yielded no alternative qualified sources, reinforcing the need for Lenel-specific products and services.
    Amendment No. 1 to DOT's Lenel Brand Name Justification / Special Notice No. 693JK426Q500001 clarifies that the procurement has not yet reached a solicitation stage and is not requesting proposals for security systems. It reiterates the allowance for interested firms not supporting Lenel-brand systems to submit Statements of Qualifications by October 22, 2025, 11:30 PM EDT. The amendment also introduces a potential change of the NAICS Code from 561621 to 541519. Firms, especially small businesses under NAICS Code 541519 interested in Lenel-security-system support, are invited to identify themselves and provide justification for the NAICS code change by the same deadline. Additionally, all interested firms, regardless of Lenel affiliation, are invited to explain by the deadline why they believe 561621 is more appropriate. This amendment adds no further information beyond these clarifications and invitations for feedback.
    This document outlines a Request for Proposal (RFP) from the U.S. Department of Transportation (DOT) for Lenel Support Services for its Headquarters in Washington, DC. The contract is a Firm Fixed Price agreement for one base year and four option years, requiring the contractor to be a Lenel-certified Federal Government Value Added Reseller (VAR) with a local office in the Washington D.C. Metro Area. The scope of work includes Lenel OnGuard software upgrades, various support plans (Software Upgrade and Support Plan, Direct System User Support Plan, Emergency 24x7 Support Plan), and HID PIVClass Software Upgrade and Support Plan. Additionally, it mandates a 24x7 emergency on-call service with a cap of 40 hours per year. Key requirements include compliance with GSA, UL, NIST, FIPS, ISC Security Standards, and Homeland Security Presidential Directive 12, as well as strict personnel security checks. The document also details administrative procedures, including invoicing via the Delphi eInvoicing web-portal, and emphasizes strict security, non-disclosure, and Section 508 compliance for all services and deliverables.
    This Request for Quotations (RFQ) is a competitive small-business-set-aside procurement by the U.S. Department of Transportation (DOT) for Lenel OnGuard System support, including hardware, software upgrades, licensing, and HID PIVClass Software Support. The contract will have a base year starting April 1, 2026, and four option years. Proposals, which must be submitted by Lenel-authorized small businesses, should clearly demonstrate experience, technical capability, and past performance. The selection process will follow a Lowest-Totally-Priced-Technically-Acceptable (LPTA) methodology. Proposals are due via email by January 19, 2026, 11:30 PM ET, and questions are due by December 7, 2025, 11:45 PM ET.
    The United States Department of Transportation (DOT) is seeking support for its Lenel OnGuard physical security system. This request outlines a five-year contract, including a base year and four option years, for Lenel OnGuard System Software Upgrade and Support Plans (SUSP). The support encompasses 24/7 emergency assistance (TSS-ESP-PRO), direct customer support (SUDS-NES-PRO), and contractor 24/7 call service center support. Additionally, the project includes support for HID PIVClass Software, specifically for Cert Manager (or PACS Service) and Desktop Registration. The document, prepared by Hank Clyatt, Physical Security Specialist, details the quantity and units for each support item, though unit prices and subtotals are left blank. This initiative aims to ensure the continuous operation and maintenance of the DOT's Lenel OnGuard system and related software.
    The United States Department of Transportation (DOT) is seeking support for its Lenel OnGuard physical security system. This request, prepared by Hank Clyatt of the OST Office of Security, outlines the need for Lenel OnGuard System Software Upgrade and Support Plans, including 24/7 emergency support (TSS-ESP-PRO) and direct customer support (SUDS-NES-PRO). Additionally, the DOT requires support for HID PIVClass Software and a 24/7 contractor call service center. The document details a five-year contract, including a base year and four option years, for these services. While specific unit prices and subtotals are not provided in this excerpt, the file clearly delineates the required components of the Lenel support and software upgrade plans, highlighting the DOT's commitment to maintaining and enhancing its physical security infrastructure.
    Lifecycle
    Title
    Type
    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.
    Justification for Other than Full and Open Competition
    Buyer not available
    The Department of Transportation, specifically the Office of the Secretary, is seeking to procure Knowvation Software Licenses through a Justification for Other than Full and Open Competition. This procurement is focused on acquiring IT and telecom application development software, which is essential for enhancing operational capabilities within the department. The licenses will be utilized to support various applications and services critical to the department's mission. Interested parties can reach out to Donald Nusbaum at Donald.Nusbaum@dot.gov for further details regarding this opportunity.
    CDLIS Gateway Services and Support Task Order
    Buyer not available
    The Department of Transportation, specifically the Federal Motor Carrier Safety Administration (FMCSA), is issuing a sole-source follow-on task order for CDLIS Gateway Services and Support, awarded to TechAnax LLC. This task order is essential for maintaining continuity of operations for the Commercial Driver’s License Information System (CDLIS) Gateway, which serves as a clearinghouse for CDL information collected by all states and provides access to this data for enforcement users. The contract includes a 12-month base period with two additional 12-month option periods, ensuring ongoing support for this critical system. For further inquiries, interested parties can contact Mark Miller at mark.miller@dot.gov or Sabrina Phillips at sabrina.phillips@dot.gov.
    J063--FY26 Lenel S2 Security System Support Five (5)-Year Indefinite Delivery Contract (IDC) for VA Coatesville. Brand Name Only.
    Buyer not available
    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.
    Domestic Guard Services
    Buyer not available
    The U.S. Department of State is seeking qualified small businesses to provide Domestic Guard Services as part of its Bureau of Diplomatic Security's mission to ensure a safe environment for the implementation of foreign policy. This Sources Sought Notice aims to identify vendors capable of delivering comprehensive security services, including the management of a large guard force, compliance with licensing requirements, and the provision of necessary equipment and training. The Domestic Operations Directorate plays a critical role in safeguarding personnel and facilities, emphasizing the importance of effective security measures against various threats. Interested firms must submit their qualifications by December 5, 2025, to Ms. Shayani Mukherjee at mukherjees1@state.gov, with responses limited to eight pages.
    Ceiling Increase for Non-Personal Services Contract to Support the Intelligent Transportation Systems Joint Program Office IDIQ
    Buyer not available
    The Department of Transportation, specifically the Federal Highway Administration, is seeking to modify the existing non-personal services contract to support the Intelligent Transportation Systems Joint Program Office by increasing the IDIQ ceiling. This modification is crucial for ensuring continued support and development in transportation research and services, particularly in surface transportation, public transit, and rail systems. The contract is vital for advancing research and development initiatives within the transportation sector, reflecting the government's commitment to enhancing transportation infrastructure and technology. For further inquiries, interested parties can contact James Mikell at james.mikell@dot.gov or by phone at 360-619-7584.
    Shuttle Services BPA
    Buyer not available
    The Department of Defense, specifically the Naval Surface Warfare Center Carderock Division (NSWCCD), is seeking proposals for shuttle services under a Blanket Purchase Agreement (BPA) set aside for women-owned small businesses. The procurement aims to establish a five-year contract, with a maximum value of $5,000,000, to provide transportation services for employees within a 50-mile radius of the Carderock Division Headquarters in West Bethesda, Maryland, from January 1, 2026, to January 1, 2031. The contractor will be responsible for supplying a 15-passenger vehicle, a licensed and uniformed driver, fuel, maintenance, and necessary operating supplies, while adhering to specific safety and reporting requirements. Interested vendors must submit their quotes by December 15, 2025, at 12 PM EST, to Steven Besanko at steven.besanko@navy.mil, and will be evaluated based on a lowest price technically acceptable (LPTA) basis without discussions.
    J&A for Brand Name Lenel OnGuard
    Buyer not available
    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.
    Screening Information Request (SIR) for the Strategic Sourcing for the Acquisition of Various Supplies and Equipment (SAVES)
    Buyer not available
    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is seeking proposals for the Strategic Sourcing for the Acquisition of Various Supplies and Equipment (SAVES) contract. This procurement aims to establish a multiple-award Indefinite Delivery Indefinite Quantity (IDIQ) contract for IT hardware and software products, including personal computing devices, network infrastructure, and related lifecycle management services. The contract is crucial for consolidating IT procurements across the FAA, enhancing efficiency, and ensuring compliance with federal standards. Proposals are due via email by January 12, 2026, at 1700 ET, and interested parties should direct inquiries to Dawn Bloome or Kristin Frantz at the provided email addresses.
    DDAG - Dock Leveler and Industrial Door Maintenance - SP3300-26-Q-0012
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Distribution, is seeking qualified small businesses to provide preventative and corrective maintenance services for dock levelers and industrial doors at DLA Distribution Albany, Georgia. The procurement involves a hybrid firm-fixed-price and time-and-materials purchase order, covering maintenance for various equipment including hydraulic dock levelers and rolling steel doors, with a contract duration of one base year and four option years, from March 2026 to March 2031. This maintenance is crucial for ensuring the operational efficiency and safety of material handling equipment at the facility. Interested vendors must submit their quotes electronically by December 5, 2025, and can contact Michael French at michael.s.french@dla.mil for further information.