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
    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
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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
    Base Alarm Services - Los Angles Air Force Base
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking small businesses to provide Base Alarm Services at Los Angeles Air Force Base (LAAFB). The procurement aims to establish a Firm-Fixed Price (FFP) contract for maintenance and repair of the base's alarm and CCTV systems, which includes tasks such as cleaning, scheduling, and troubleshooting network issues related to the alarm system and surveillance equipment. This opportunity is critical for ensuring the security and operational readiness of the base, requiring expertise in network configurations and maintenance of proprietary software and equipment. Interested parties must submit an eight-page narrative detailing their capabilities by responding to the sources sought notice, with questions due by December 15, 2025, to Lt Dorian Maynard at dorian.maynard.1@spaceforce.mil or TSgt Kenneth Sparks at kenneth.sparks.2@spaceforce.mil.
    J063--FY26 Lenel S2 Security System Support Five (5)-Year Indefinite Delivery Contract (IDC) for VA Coatesville. Brand Name Only.
    Veterans Affairs, Department Of
    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.
    Aerospace Readiness Enterprise System (ARES) Notional Schedule Update
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for the Aerospace Readiness Enterprise System (ARES) Notional Schedule Update, aimed at enhancing scheduling and training systems within the Operations Enterprise Architecture (OpsEA) Salesforce platform. Vendors are invited to develop solutions that can either utilize Salesforce-native no/low-code development or a prototype-based approach, ensuring integration with existing systems and compliance with security protocols. This initiative is critical for improving operational readiness and efficiency within the Air Force, with a prototype phase funded at $500K per team, lasting three months, and requiring development at an IL4 security level. Key deadlines include the release of the final solution solicitation on December 15, 2025, and the receipt of solutions by January 9, 2026. Interested parties can reach out to Evan Pomfret at evan.pomfret.1@us.af.mil or Lauren Cheslofska at lauren.cheslofska@us.af.mil for further inquiries.
    63--Building Access Service Agreement
    Interior, Department Of The
    The Department of the Interior, specifically the Bureau of Reclamation, is seeking qualified contractors to provide service and maintenance for the Physical Access Card System (PACS) at the Denver Federal Center in Colorado. The procurement aims to ensure optimal functionality of the PACS through comprehensive maintenance, technical assistance, and necessary upgrades, including the repair and enhancement of hardware and software components. This service is critical for maintaining security access across multiple buildings within the facility, with a requirement for rapid response times and adequate equipment stocking to minimize downtime. Interested firms must submit their capability statements and relevant information by 5:00 PM MST on December 15, 2025, to Aaron Valdez at aaronvaldez@usbr.gov, referencing the notice number 140R8125Q0013.
    Annual SAN Maintenance Renewal
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified small businesses to provide maintenance support renewal for an existing Storage Area Network (SAN) at Hanscom Air Force Base in Massachusetts. The procurement aims to secure ongoing maintenance for various IBM FlashSystem and TS4300 Tape modules, ensuring on-site repair, media retention, and support during normal business hours, with a performance period from February 1, 2026, to January 31, 2027. This maintenance is critical for the operational integrity and performance of the Air Force's communications and information systems. Interested vendors must submit their quotes by January 5, 2026, and direct any inquiries to Kristin Morrison or Lt Amanda Thoman via the provided email addresses.
    Housing Access & Door Locking System
    Dept Of Defense
    The Department of Defense, through the Department of the Navy's NAVFACSYSCOM Southwest, is seeking procurement for a brand-name multi-housing access and door locking system for Unaccompanied Housing Towers A, B, and C at NAS Lemoore, California. This system has been evaluated for compliance with Department of Navy cybersecurity and CNIC Housing policies, ensuring a reliable, safe, and secure environment for residents. The procurement is critical for maintaining the security and integrity of housing facilities, which are essential for the well-being of military personnel. Interested vendors can contact Christopher Rosario at christopher.rosario@navy.mil or by phone at 619-705-4654 for further details regarding this opportunity.
    FY26 Drone Course Equipment
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for the procurement of equipment related to the FY26 Drone Course. This opportunity is a combined synopsis/solicitation for commercial products or services, with a focus on ensuring that all proposals meet specific technical requirements, including the submission of a completed Excel spreadsheet as outlined in the solicitation. The equipment is essential for enhancing training capabilities in drone operations, which are increasingly vital for modern military operations. Interested vendors must submit their proposals through the Procurement Integrated Environment (PIEE) by December 17, 2025, at 10:00 AM CST, and should direct any inquiries to Benton Medcalf at benton.medcalf@us.af.mil.
    Edwards AFB Fire Suppression Maintenance 2026
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the Fire Suppression Maintenance contract at Edwards Air Force Base (AFB) for the year 2026. This contract encompasses the testing, maintenance, and repair of the pre-action fire suppression system at the Benefield Anechoic Facility, Building 1030, ensuring compliance with NFPA and UFC standards, with a total potential contract value of approximately $19.5 million over a five-year period. The procurement includes specific recurring tasks across multiple quadrants, with contractors required to utilize boom lifts for high-ceiling inspections and adhere to various federal regulations and standards. Interested vendors must submit their quotes by December 15, 2025, and are encouraged to attend a site visit on November 24, 2025, with prior registration required. For further inquiries, contact Jamil Minosa at jamil.minosa.2@us.af.mil or Abel Alcantar at abel.alcantar.1@us.af.mil.
    Lenel Support Services Solicitation 693JK426Q500001 for DOT
    Transportation, Department Of
    The U.S. Department of Transportation (DOT) is soliciting proposals for Lenel Support Services under Solicitation No. 693JK426Q500001, aimed specifically at small businesses. The procurement seeks technical support services for the Lenel OnGuard physical security system, including software upgrades and various support plans, to ensure the continuous operation and maintenance of the system. This initiative is critical for maintaining the security infrastructure of the DOT, leveraging Lenel's proprietary technology that is already integrated into their operations. Proposals are due by January 19, 2026, with inquiries accepted until December 7, 2025; interested parties should contact James Mowery at james.mowery@dot.gov for further information.
    Brand Name Only (BNO) Palo Alto Software Licenses FY26
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for Brand Name Only (BNO) Palo Alto software licenses for Fiscal Year 2026 under solicitation FA445226Q0003. The procurement aims to acquire Palo Alto Networks VM-Series licenses, which are essential for enhancing network security and maintaining compliance with security policies, as they are the only certified software compatible with the EACN's architecture. The licenses will support critical functions such as threat prevention and network traffic analysis, thereby reducing vulnerabilities to cyber threats. Proposals are due by 12:00 PM Central Standard Time on October 24, 2025, and must be submitted electronically to the primary contacts, Duncan Bowman and Jordan Butler, with late submissions not being accepted.