Lenel Maintenance Package
ID: FA282325Q0033Type: 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

MAINT/REPAIR/REBUILD OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS (J063)
Timeline
  1. 1
    Posted Apr 9, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 17, 2025, 12:00 AM UTC
  3. 3
    Due Apr 23, 2025, 1:00 PM UTC
Description

The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for a Lenel Maintenance Package to support the Access Control System (ACS) at Eglin Air Force Base in Florida. The contract requires comprehensive maintenance services, including 24/7 technical support, hardware replacements at no additional cost, and regular software updates to ensure the security systems operate effectively across 30 secure facilities. This procurement is critical for maintaining the functionality of security systems that manage classified information, with a proposal submission deadline set for April 23, 2025, at 8 AM local time. Interested vendors should direct inquiries to A1C Emily Newton at emily.newton.1@us.af.mil or Erik Owens at erik.owens.8@us.af.mil for further details.

Point(s) of Contact
Files
Title
Posted
Apr 17, 2025, 2:06 PM UTC
The document FA282325Q0033 outlines a Request for Proposal (RFP) for a Lenel Maintenance Package at Eglin Air Force Base, Florida. It provides specific instructions for offerors, highlighting that offers must adhere to FAR 52.212-1 with certain adjustments. Key details include a NAICS code of 561621 with a small business size standard of $25 million, a 30-day price guarantee, and the requirement to submit offers electronically via email, with specific formatting guidelines in PDF format. Offers should be organized into three parts: a Cover Sheet, SF 1449, and Technical Capability Documentation. Questions must be directed to the Contract Specialist by a specified deadline. Notably, failure to meet any solicitation requirements may lead to exclusion from consideration. The document emphasizes the importance of current and accurate representations and certifications, as submitted electronically through the SAM website. Overall, it provides a structured framework aimed at facilitating a compliant and competitive proposal process while ensuring proper evaluation of technical capabilities.
Apr 17, 2025, 2:06 PM UTC
The document outlines the solicitation process for the Lenel Maintenance Package contract at Eglin AFB, FL, utilizing a Lowest Price Technically Acceptable (LPTA) evaluation methodology. It specifies that the government will award the contract to the offeror with a technically acceptable quote at the lowest total evaluated price, emphasizing the importance of both price and technical acceptability as equal evaluation factors. Offers deemed unrealistic in terms of technical acceptability or pricing may be rejected, and the government retains the right to make awards without discussions. Each submission will undergo a technical evaluation based on compliance with the Statement of Work (SOW), rated either "Acceptable" or "Unacceptable." A proposal rated "Unacceptable" in any sub-factor results in the entire quote being un-awardable. The government will evaluate offers independently of cost and may determine award based on initial offers without further discussions. The successful offeror must meet all terms and conditions stipulated in the Request for Quote (RFQ) and demonstrate capability in the technical proposal, leading to a Firm-Fixed Price (FFP) contract reward.
Apr 17, 2025, 2:06 PM UTC
The provided document consists of a detailed inventory list of equipment and materials related to a government procurement process. It outlines various items from multiple manufacturers, including intelligent controllers, card readers, power supplies, cameras, and monitors, alongside their respective quantities. Notable products include Lenel's intelligent controller and dual reader interfaces, HID's keypad and proximity card readers, and various Clinton Electronics cameras and monitors. Additional equipment encompasses power supplies by Altronix and electrical strikes for secure access control. The main purpose of this document appears to be the specification of technical components required for a security or surveillance system, possibly in response to a federal or state Request for Proposals (RFP) or grant. It serves as a comprehensive resource for potential bidders or funding applicants to understand the necessary equipment for project implementation, as aligning supplies with government standards is crucial for compliance and efficiency in deployment.
Apr 17, 2025, 2:06 PM UTC
This document contains a series of questions and answers related to a government Request for Proposal (RFP) concerning a Lenel Service and Maintenance Package. The main topic focuses on access control systems and the responsibilities of the contractor regarding diagnostic services and repair of equipment. Key points include the contractor’s obligation to provide a comprehensive maintenance package that encompasses hardware replacement without additional charges to the government, as specified in the scope of work (SOW). It clarifies that the contractor will supply all necessary spare parts and equipment, highlighting that the government will not provide any parts. An attachment referenced in the document was included to outline the total installed components at the site. Overall, the Q&A format addresses critical elements of the RFP, ensuring clarity on responsibilities for equipment maintenance and component supply, which are essential for effective contract execution. The responses reflect an adherence to the terms laid out in the SOW, reinforcing the importance of accountability in government contracts.
Apr 17, 2025, 2:06 PM UTC
The Statement of Work (SOW) for the Lenel Service and Maintenance Plan outlines the requirements for the maintenance and support of the Lenel Access Control System (ACS) at various buildings on Eglin Air Force Base in Florida. The contract, effective for one year post-award, mandates a comprehensive service agreement including 24/7 technical support, priority response times, and replacement for any faulty equipment free of charge. Additionally, the vendor must conduct semi-annual preventative maintenance, ensuring the system operates efficiently, along with annual software updates which incorporate new firmware and patches at no extra cost. Responsibilities also include providing management, tools, and documentation detailing maintenance inspections. The document emphasizes adherence to safety standards to protect government property during service. Vendor personnel must comply with access and identification protocols at the Air Force installation, ensuring they are properly authorized and credentialed to perform work. This structure reflects the federal guidelines focusing on maintaining security and operational effectiveness in government contracts. Overall, the SOW serves as a formal agreement detailing expectations for technical support and maintenance of critical security systems.
Apr 17, 2025, 2:06 PM UTC
Apr 17, 2025, 2:06 PM UTC
The document pertains to Request for Proposals (RFP) for a maintenance package for Lenel systems at Eglin Air Force Base, Florida (RFP FA282325Q0033). It outlines essential details that potential bidders must complete, including company information such as name, affiliation status (prime, subcontractor, or joint venture), and size classification (small or large business). The document also requests the contact information of bidders, including addresses, telephone numbers, emails, and points of contact. Bidders must provide their registration details, including the expiration date for SAM registration, CAGE Code, and DUNS Number. It also inquires whether bidders’ Representations and Certifications include the relevant NAICS code. Additionally, bidders are required to acknowledge receipt of any solicitation amendments by signing in the designated area. The emphasis on comprehensive bidder information ensures compliance with federal procurement regulations and facilitates effective communication throughout the bidding process. This RFP serves to support operational needs at Eglin AFB through proper maintenance of Lenel systems while adhering to federal contracting standards.
Apr 9, 2025, 9:08 PM UTC
The document outlines a federal solicitation (FA282325Q0033) for a Women-Owned Small Business (WOSB) to provide a Lenel Maintenance Package at Eglin Air Force Base. It specifies the timeline for procurement, including an effective date of April 9, 2025, and a request for quotes deadline of April 17, 2025, at 1:00 PM. The contract is anticipated to cover maintenance from May 1, 2025, to April 30, 2026, under a firm fixed price for a 12-month period. It includes mandatory compliance with various federal acquisition regulations and clauses related to small business utilization, electronic payments, and labor standards. The document’s structure includes sections detailing items and required services, payment instructions, special contract requirements, and relevant clauses from the Federal Acquisition Regulation (FAR). The primary purpose is to invite qualified small business contractors to submit proposals for maintenance services, thereby supporting government initiatives to enhance contracts with small businesses, particularly those owned by women. Overall, this solicitation reflects the government's commitment to fostering economic opportunities for underrepresented groups in federal contracting.
Apr 17, 2025, 2:06 PM UTC
This document outlines a solicitation for a Women-Owned Small Business (WOSB) contract, specifically for a Lenel Maintenance Package to be provided from May 1, 2025, to April 30, 2026. The contracting officer, Emily Newton, has set a proposal submission deadline of April 23, 2025, for the targeted audience. The project falls under the North American Industry Classification System (NAICS) code 561621 and is classified as an unrestricted acquisition. The contract requires the contractor to deliver maintenance services as outlined in the Statement of Work (SOW), with expectations for inspection and acceptance of products at the designated destination. The contract includes various Federal Acquisition Regulation (FAR) clauses, including those related to small business participation and payment processes via the Wide Area Workflow (WAWF) system. Further, it highlights the importance of compliance with federal labor standards and the inclusion of clauses aimed at ensuring fair labor practices, such as minimum wage provisions and paid sick leave for contractor workers. This procurement effort exemplifies the government's initiative to empower small businesses, ensure compliance with labor laws, and enhance the quality of service through competitive bidding processes.
Apr 17, 2025, 2:06 PM UTC
This document serves as an amendment to a solicitation related to a Federal Request for Proposals (RFP). It outlines essential changes including an extension of the response due date to April 23, 2025, at 8 AM local time, changing it from the previous date of April 17, 2025, at 1 PM. The amendment also specifies that bidders must acknowledge receipt of the amendment to ensure their submissions are considered valid, and it provides options for how this acknowledgment can be communicated. Furthermore, the document integrates additional attachments: a Questions and Answers document and an ACS document. It ensures that all previously established terms and conditions remain in effect unless explicitly modified. The purpose of this amendment is to facilitate better communication and clarify the solicitation process for potential contractors in compliance with federal guidelines. Overall, the document is structured to ensure transparency and clarity in the amendment process of RFPs and related contracts in the federal government context.
Apr 17, 2025, 2:06 PM UTC
The document outlines a Single Source Justification for a simplified acquisition regarding a service and maintenance contract for the Lenel Access Control System (ACS) at Eglin Air Force Base, Florida. The 350th Security Forces Squadron requires this contract to ensure the full functionality of its existing Lenel software and hardware, critical for maintaining security across 30 secure facilities housing approximately 450 components. The vendor will provide essential services including maintenance, inspections, and software updates. Due to the sensitive nature of classified information management, sourcing authorized repairs is limited to local vendors authorized to service Lenel equipment. Only two authorized dealers are identified: Allied Universal and Security Engineering Services, both offering similar service plans. The document concludes that unless more local authorized Lenel product vendors are established, a single-source requirement will persist for these essential services. The justification and details reflect the government's strategy to streamline acquisition processes while ensuring compliance with necessary security standards.
Lifecycle
Title
Type
Lenel Maintenance Package
Currently viewing
Solicitation
Similar Opportunities
Facility Badge In System
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking proposals for the procurement, delivery, and installation of a Facility Badge-In System at MacDill Air Force Base in Tampa, Florida. The objective is to replace an outdated key access method with a comprehensive ID badging system that enhances security through updated card readers, surveillance cameras, and independent entry access control compatible with the DoD Common Access Card (CAC). This upgrade is crucial for protecting significant DoD assets and efficiently managing authorized access, with proposals due by May 1, 2025, at 10:00 A.M. ET. Interested vendors must reference RFQ number FA481425TF050 in their submissions and ensure they are registered in the System for Award Management, with evaluations based on technical capability and pricing.
Upgrade DDC Devices JSF Academic Training Facility, Bldg. 1416 Eglin AFB
Buyer not available
The Department of Defense, through the United States Air Force, is seeking capabilities statements from small businesses for the upgrade of the outdated Energy Management Control System (EMCS) at the Joint Strike Fighter Academic Training Facility, Building 1416, located at Eglin Air Force Base in Florida. The project entails replacing existing control devices, including 332 Lon devices, with current BACnet over IP devices to ensure compliance with cybersecurity standards and enhance operational efficiency. This initiative is critical for modernizing facility controls and improving security within government infrastructure. Interested vendors must submit their capabilities statements by 3:00 PM (CST) on April 30, 2025, to the primary contacts, Jared Dunn and Lindsay Hartzog, via the provided email addresses.
AFNWC - KAFB Access Control
Buyer not available
The Department of Defense, through the Air Force Nuclear Weapons Center (AFNWC), is seeking industry expertise for a potential acquisition related to the modernization of access control systems at Kirtland Air Force Base in New Mexico. The objective is to refresh the campus-wide access control system and integrate new requirements, including upgrades to existing hardware and software, while ensuring compliance with federal standards. This initiative is crucial for enhancing security measures across various facilities and consolidating multiple systems into a more efficient solution. Interested parties are encouraged to respond to the Request for Information (RFI) by May 9, 2025, with submissions directed to Amanda Perea and Alexandria Zelle via email, as this opportunity is part of ongoing market research and does not currently involve a solicitation or available funding.
Industry Day - Non-Real Property Maintenance and Repair at Eglin AFB, FL
Buyer not available
The Department of Defense, specifically the Air Force, is hosting an Industry Day to identify vendors capable of providing non-real property maintenance and repair services at Eglin Air Force Base in Florida. The objective is to engage companies that can manage and maintain specialized mobile offices and other temporary structures, ensuring compliance with safety and environmental standards while adhering to emergency response protocols. This initiative is crucial for maintaining operational efficiency at the base and includes a focus on subcontracting opportunities for small businesses. Interested vendors must RSVP by May 1, 2025, and submit their capability statements and past performance information to the designated contacts, Jared Dunn and Lindsay Hartzog, by the specified deadline. The Industry Day will take place on May 13 and 14, 2025, at Northwest Florida State College.
Elevator Maintenance
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking proposals from qualified small businesses for elevator maintenance services at Fairchild Air Force Base (FAFB) in Washington. The contractor will be responsible for providing all management, tools, supplies, equipment, parts, and labor necessary to maintain, repair, and inspect vertical transportation equipment (VTE) to ensure continuous and safe operation, adhering to established safety codes and standards. This procurement is critical for maintaining operational safety and efficiency of essential infrastructure at the military facility, with a contract period commencing on October 1, 2025, and extending through September 30, 2030. Interested vendors must submit their proposals by April 24, 2025, and can contact Michael Salone at michael.salone@us.af.mil or Paul Blais at paul.blais@us.af.mil for further information.
INFANT SECURITY SYSTEM
Buyer not available
The Department of Defense, specifically the Air Force Test Center at Eglin AFB, Florida, is seeking quotes for a TURNKEY Infant Security System under solicitation number FM2823-25-Q-6001. This procurement aims to enhance safety measures for newborns by implementing a comprehensive system that includes real-time location tracking, automated lockdown capabilities, and extensive monitoring, alongside installation services and clinical education. The selected system must comply with rigorous security standards and integrate seamlessly with existing hospital protocols, ensuring reliability and uninterrupted operation. Interested small businesses must submit their quotes by April 28, 2025, and are encouraged to attend a site visit on April 22, 2025, to better understand the installation requirements. For further inquiries, contact Wilma “Kat” Snider at wilma.snider@us.af.mil or Jeremy Rennahan at jeremy.rennahan.1@us.af.mil.
B282 Security System Upgrade
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking contractors for the B282 Security System Upgrade at Tinker Air Force Base in Oklahoma. The project involves assessing and upgrading the current intrusion detection system (IDS) and access control system (ACS), as well as the removal and installation of related equipment, all in compliance with the latest Technical Specifications for Sensitive Compartmented Information Facilities. This upgrade is critical for maintaining the security and operational integrity of classified facilities, ensuring adherence to safety and environmental regulations throughout the process. Interested contractors should contact Robert Baker at robert.baker.60@us.af.mil or call 713-969-8916 for further details.
Integrated Base Defense Security Systems
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking industry input for an Indefinite Delivery Indefinite Quantity (IDIQ) contract focused on Integrated Base Defense Security Systems at Hurlburt Field, Florida. The contract aims to procure electronic and physical security products and services, including engineering, design, installation, and lifecycle support, to enhance security measures against evolving threats to U.S. critical infrastructure and personnel. This initiative is crucial for bolstering national defense capabilities and ensuring compliance with cybersecurity policies, with potential use by other authorized activities pending approval. Interested parties must submit their capabilities statements by April 25, 2025, and can contact Rowan Thom at rowan.thom.1@us.af.mil or Alyssa Garred at alyssa.garred@us.af.mil for further information.
Sources Sought Notice - Building 1077 Security System Upgrades
Buyer not available
The Department of Defense, through the Department of the Air Force, is seeking contractors to provide installation services for a new Intrusion Detection System (IDS) and Access Control System (ACS) at Building 1077, Arnold Air Force Base, Tennessee. The project aims to enhance physical security by integrating advanced security systems, including IDS access panels, motion sensors, and door security measures, in compliance with military security directives and standards. Interested businesses must demonstrate their qualifications, relevant experience, and necessary certifications, with responses due by April 29, 2025. For further inquiries, contractors can contact Brogan Fullmer at brogan.fullmer@us.af.mil or Leslie McGowan at leslie.mcgowan@us.af.mil.
Fire Alarm Maintenance
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for fire alarm maintenance services at Offutt Air Force Base in Nebraska. The project involves replacing and testing fire alarm control panels and devices in three buildings: Building 123, Building 441, and Building 584, ensuring compliance with safety standards and operational functionality. This procurement is part of a broader initiative to maintain secure facilities and is set aside for small businesses under the SBA's Total Small Business Set-Aside program, with an estimated contract value of $25 million. Interested contractors must submit their proposals electronically by May 1, 2025, and can direct inquiries to Morgan Hockaday at morgan.hockaday@us.af.mil or Austin D. Palrang at austin.palrang@us.af.mil.