Fort Riley LENEL Magnetic Card Reader System Services
ID: W911RX-25-Q-0037Type: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW6QM MICC-FT RILEYFORT RILEY, KS, 66442-0248, USA

NAICS

Security Systems Services (except Locksmiths) (561621)

PSC

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

Set Aside

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

    The Department of Defense, through the Fort Riley Mission and Installation Contracting Office, is seeking qualified small businesses to provide maintenance services for the LENEL Magnetic Locking System at Fort Riley, Kansas. The procurement aims to ensure the upkeep and functionality of the security system, which includes monthly system checks, annual software updates, and a two-hour response time for urgent service calls. This opportunity is critical for maintaining the security infrastructure at the installation, emphasizing the need for contractors with specific experience in LENEL systems. Interested vendors must respond to the sources sought notice by June 20, 2025, and provide details of their capabilities, with the anticipated contract structured as a Firm Fixed Price arrangement covering a base period plus three option years. For further inquiries, potential offerors can contact Kevin M. Jones at kevin.jones185.civ@army.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The Performance Work Statement (PWS) for Maintenance Services of the Lenel OnGuard Locking System outlines the requirements for a non-personal service contract aimed at maintaining advanced security systems in buildings 210, 253, and 500 at Fort Riley, Kansas. The contractor must provide all necessary personnel, tools, and supplies for preventative maintenance and repairs, ensuring prompt service with a two-hour response time for urgent calls. Key objectives include updating software, conducting regular system checks, and providing training to facility staff. Contractor quality control, performance monitoring, and compliance with security measures, including background checks, are emphasized throughout. The PWS details the scope, quality control plans, and requirements for personnel identification and anti-terrorism training. The contractors are held accountable for monitoring access control capabilities and maintaining god security protocols. The document also specifies the submission timeline for various deliverables, ensuring compliance with all operational standards while maintaining a high level of service. Overall, the PWS provides a comprehensive framework for managing security system maintenance and operational efficiency, reflecting the government's commitment to safeguarding its facilities.
    The Department of the Army's Fort Riley Mission and Installation Contracting Office has issued a Source Sought Notice to identify potential vendors for a project involving the LENEL Magnetic Locking System. The notice, seeking responses by June 20, 2025, indicates that substitute systems will not be accepted. Vendors must confirm their status as a certified small business and provide details on their ability to maintain the system monthly and respond within two hours to service failures. The anticipated contract will be a Firm Fixed Price arrangement, covering a base period plus three additional option years. This notice serves as a market research tool and does not represent a formal offer from the Government.
    Lifecycle
    Title
    Type
    Similar Opportunities
    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.
    Fort Riley Refuse and C/D Landfill Operations Sole Sorce Extension
    Buyer not available
    The Department of Defense, through the Department of the Army, is seeking a contractor for the Fort Riley Refuse and C/D Landfill Operations, which involves a non-personal services contract for refuse and recycling services at Fort Riley, Kansas. The contractor will be responsible for managing and operating the Construction and Demolition (C/D) Landfill, as well as servicing tree and brush debris disposal areas and recycling containers, requiring comprehensive supervision, labor, supplies, and equipment. These services are crucial for maintaining environmental standards and efficient waste management on the military installation. Interested parties can reach out to Philip Melton at philip.e.melton.civ@army.mil for further details regarding this opportunity.
    F5 Maintenance Renewal
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking to procure maintenance and support services for F5 BIG-IP and BIG-IQ systems at Fort Knox, Kentucky. This requirement is aimed at ensuring the continued operational effectiveness of the United States Army Human Resources Command (HRC) through the renewal of brand-name maintenance services. The F5 systems are critical for managing application delivery and security, making this procurement essential for the Army's IT infrastructure. Interested vendors can reach out to Deborah Davis-Maxwell at deborah.r.davis-maxwell.civ@army.mil or call 502-624-3424 for further details regarding this opportunity.
    Fort Riley DFA J&A Extension
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking an extension for the ordering period of a Firm-Fixed-Price (FFP) contract for Dining Facility Attendant (DFA) services at Fort Riley, Kansas. This contract, valued at approximately $4,924,434 over a 12-month period, will support the dining needs of 16,000 Soldiers by providing services across four dining facilities, a kiosk, and a mobile food truck. The extension is projected to commence on March 1, 2023, and will utilize fiscal year 2023 Operations and Maintenance, Army funds. Interested parties can reach out to Katelyn Staats at katelyn.n.staats.civ@army.mil or Ronald Kabat at ronald.l.kabat.civ@army.mil for further information.
    Limited Source Justification (Brand Name)
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking to justify a limited source procurement for earth moving and excavating equipment at Fort Riley, Kansas. This opportunity is focused on acquiring brand-name equipment, which is critical for fulfilling specific operational requirements within the military context. The procurement is being managed by the W6QM MICC-FT RILEY office, and interested parties can reach out to Kelsey Anderson at kelsey.m.anderson12.civ@army.mil or Christopher A. Richie at christopher.a.richie.civ@army.mil for further details. The associated documentation for this justification can be found in the Limited Source Justification FAR Part 8 file.
    Lenel Support Services Solicitation 693JK426Q500001 for DOT
    Buyer not available
    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.
    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.
    Renovation Bldg. 52, Kansas Air National Guard, McConnell AFB, Kansas
    Buyer not available
    The Department of Defense, through the Department of the Army, is seeking contractors for the renovation of Building 52 at McConnell Air Force Base in Kansas. This project involves the use of specific brand-name items to ensure compliance with standards for security alarm systems, fire alarm systems, utility meter readings, and direct digital controls systems. The identified brands include Advantar Alarm System, Notifier Fire Alarm System by Honeywell, and Schneider Electric products, which are critical for maintaining operational integrity at the base. Interested contractors can reach out to Jeri L. Halterman at Jeri.l.Halterman@usace.army.mil or by phone at 816-389-2198 for further details regarding the procurement process.
    C211--589A6-24-410, Replace MDP Panel Bld 89| EKH
    Buyer not available
    The Department of Veterans Affairs (VA) is seeking qualified Service-Disabled Veteran-Owned Small Business Concerns (SDVOSBC) for a firm-fixed-price contract to replace Main Distribution Panel (MDP) panels in Buildings 88-89 at the Dwight D. Eisenhower VA Medical Center in Leavenworth, Kansas. The project, identified as RFI 36C25526Q0015, has an estimated value between $1,000,000.00 and $5,000,000.00 and requires completion within a 365-day period following the notice to proceed. This procurement is crucial for ensuring the electrical infrastructure's reliability and safety at the facility. Interested contractors must submit a capability statement detailing their qualifications and experience by October 22, 2026, with the solicitation expected to be posted around October 25, 2025. For further inquiries, contact Tim Parison at timothy.parison@va.gov or call 913-946-1140.
    5 Years Security Barriers System Inspection, Testing, Maintenance and Repair (ITMR), Kunsan AB
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking contractors for a five-year contract focused on the inspection, testing, maintenance, and repair of the Security Barriers System at Kunsan Air Base. This procurement aims to ensure the operational integrity and reliability of security barriers, which are critical for maintaining safety and security at military installations. Interested contractors should note that the opportunity falls under the Facilities Support Services industry, with a NAICS code of 561210 and a PSC code of J095, indicating maintenance and repair services for metal barriers. For further inquiries, potential bidders can contact Kihyun Kang at kihyun.kang.ln@army.mil or 315-755-9303, or Kilchae Song at kilchae.song.ln@army.mil or 315-755-9310.