Fort Riley LENEL Magnetic Card Reader System Services
ID: W911RX-25-R-A009-0001Type: Solicitation
Overview

Buyer

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

NAICS

Security Systems Services (except Locksmiths) (561621)

PSC

SUPPORT- PROFESSIONAL: PHYSICAL SECURITY AND BADGING (R430)

Set Aside

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

    The Department of Defense, through the Army's Mission and Installation Contracting Command at Fort Riley, Kansas, is soliciting proposals for maintenance services of the LENEL magnetic locking system across three buildings (210, 253, and 500). The contractor will be responsible for system maintenance, software updates, personnel training, and monthly hardware checks, ensuring compliance with specified performance standards and rapid response to service calls. This contract, valued at approximately $25 million, is set aside for Women-Owned Small Businesses and includes a base period plus three option years, with proposals due by August 13, 2025. Interested vendors can contact Patricia Barth at patricia.j.barth3.civ@army.mil or Kevin M Jones at kevin.jones185.civ@army.mil for further details.

    Point(s) of Contact
    Files
    Title
    Posted
    This government solicitation outlines requirements for a Women-Owned Small Business (WOSB) follow-on contract for "Mag Locks" system maintenance, software support, upgrades, and personnel training across three buildings (210, 253, and 500) at Fort Riley, Kansas. The contract, referenced as W911RX25RA0090002, has a base period plus three option years, with services to be provided from September 15, 2025, to September 14, 2029. The solicitation emphasizes that offers will be evaluated based on technical capability, past performance, and price, with technical and past performance being less important than price. It includes detailed instructions for offerors, specific FAR and DFARS clauses governing commercial products and services, and guidelines for electronic submission of quotes via email by August 7, 2025. The total award amount is estimated at USD 25,000,000.00.
    This government solicitation, W911RX25RA0090003, is a Request for Proposal (RFP) for a Women-Owned Small Business (WOSB) to provide mag lock system maintenance, software support, upgrades, licensing, onsite personnel training, and monthly hardware checks for buildings 210, 253, and 500. The contract has a base period and three option years, with services to be performed at Fort Riley, KS. The total award amount is set at USD 25,000,000.00. Offers are due by August 13, 2025, 1:00 PM CST, and will be evaluated based on technical capability, past performance, delivery, and price, with technical and past performance being less important than price. The document includes detailed FAR and DFARS clauses, emphasizing electronic invoicing via Wide Area WorkFlow (WAWF) and various socio-economic and ethical compliance requirements.
    This Performance Work Statement (PWS) outlines a non-personal service contract for maintaining the Lenel OnGuard Locking Door System at Fort Riley USAG in buildings 210, 253, and 500. The contract requires preventative maintenance and 24-hour repair services for the access control systems, which manage door locking, unlocking, and access control via a standalone computer. Key aspects include the contractor providing all necessary personnel, tools, equipment, and supplies. The contractor must develop a Quality Control Plan, adhere to strict security requirements for personnel and keys, and comply with safety and environmental regulations. Required training includes Anti-Terrorism, OPSEC, iWATCH, and Information Assurance. The government will provide workspace, utilities, and specific equipment, while the contractor is responsible for software, licensing, and other materials. The contractor must also install software upgrades, provide user training, and maintain the system to industry standards. All work must align with specified performance thresholds and reporting requirements, including detailed service contract reports via SAM.gov.
    The Quality Assurance Surveillance Plan (QASP) for the Magnetic Door Locking System contract (W911RX-21-P-0024) outlines the government's methods and procedures to ensure the contractor delivers services as specified in the Performance Work Statement (PWS). The contract is a Firm-Fixed-Price, Indefinite-Delivery/Indefinite-Quantity (IDIQ) type for maintaining existing door locking systems in buildings 210, 253, and 500. The QASP details roles and responsibilities for both government personnel (Contracting Officer, COR) and the contractor, emphasizing the contractor's quality control program. Government surveillance methods include random sampling, 100% inspections, periodic sampling, and customer feedback, with all surveillance documentation filed monthly. The plan defines three levels of nonconformance (minor, major, critical) and their corresponding corrective actions and reporting requirements. While no deduct plan is included, data analysis will be performed to identify performance trends. Services are accepted upon documented objective quality evidence. The QASP also covers Contractor Manpower Reporting, Contractor Performance Assessment Reporting System (CPARS) usage, and combating trafficking in persons. Changes to the QASP must be approved by the Contracting Officer. The document includes a detailed Performance Requirements Summary (PRS) outlining specific performance objectives, standards, acceptable quality levels (AQLs), and surveillance methods for various aspects of the contract, from software upgrades and system maintenance to personnel requirements and training.
    This government file details Wage Determination No. 2015-6015, Revision No. 2, for Geary County, Kansas, under the Service Contract Act. It outlines minimum wage requirements based on Executive Orders 14026 ($17.75/hour) and 13658 ($13.30/hour) for 2025, with annual adjustments. The document lists numerous occupational categories—from Administrative Support to Miscellaneous—with specific hourly rates and notes on classifications potentially eligible for higher minimum wages. It also details fringe benefits, including health & welfare, vacation, and eleven paid holidays. Special provisions cover night and Sunday pay for weather observers, hazardous pay differentials (8% and 4% for varying hazard levels), and uniform allowance requirements. The file concludes with procedures for conforming unlisted occupations and wage rates using Standard Form 1444, emphasizing adherence to the "Service Contract Act Directory of Occupations" to ensure proper classification and compensation.
    This government file, presented as a Question and Answer document, provides key technical specifications for Lenel security systems across three buildings: Bldg 253, Bldg 210, and Bldg 500. The document details the software versions for each Lenel instance, noting that Bldg 253 and Bldg 210 are running version 8.2.52416, while Bldg 500 is on an older version, 7.3.345.0. It also outlines the number of inputs per building (5 for Bldg 253, 10 for Bldg 210, and 11 for Bldg 500), clarifying that each building has one handicap accessible door with a keypad and maglock. Information regarding Dongle IDs will be provided upon contract award. The average age of devices is also addressed, with Bldg 210 and Bldg 253 having devices roughly 10 months old, and Bldg 500's devices dating back to around 2010. This document serves to inform potential contractors or stakeholders about the existing security infrastructure, likely in preparation for an RFP or related government procurement.
    The Women-Owned Small Business (WOSB) solicitation document outlines a contract for the supply and maintenance of Mag Locks at various buildings at Fort Riley, Kansas. The total award amount is set at $25,000,000, with services spanning from system maintenance to software support and onsite personnel training, under a firm fixed price arrangement. The solicitation identifies a base year with three one-year options for additional services, explicitly detailing requirements by item numbers for each building involved. It incorporates federal and defense acquisition regulations, ensuring compliance with various statutory and contractual obligations, particularly regarding small business designations, such as Economic Disadvantaged Women-Owned Small Business (EDWOSB) and Service-Disabled Veteran-Owned Small Business (SDVOSB). The document specifies evaluation criteria based on technical capability, past performance, delivery, and price, emphasizing that published deadlines and procedures must be strictly adhered to. Overall, this RFP reflects the government’s commitment to supporting women-owned and small businesses while addressing critical security infrastructure needs at federal facilities.
    The Performance Work Statement (PWS) outlines the requirements for maintaining the Lenel OnGuard Locking System in buildings 210, 253, and 500 at Fort Riley, Kansas. This non-personal service contract mandates that the contractor provide all necessary personnel, tools, and resources for regular maintenance, repairs, and software upgrades to ensure optimal functionality of the door locking systems. The contractor must adhere to a strict Quality Control Plan (QCP) and implement effective quality assurance measures to comply with government standards. Key objectives include providing timely support for system failures, conducting monthly maintenance, and training government personnel on system usage. Furthermore, personnel must complete mandatory background checks and security protocols. The contractor will be evaluated based on established performance metrics, with a particular focus on response times and compliance with detailed operational guidelines. This PWS reflects the federal government's efforts to enhance security measures in its facilities while ensuring that contractual obligations are met efficiently and effectively.
    The Quality Assurance Surveillance Plan (QASP) for the Magnetic Door Locking System contract (W911RX-21-P-0024) outlines the government's strategy to ensure the contractor delivers services as per the Performance Work Statement (PWS). The plan specifies responsibilities for both the government, including the Contracting Officer and Contracting Officer’s Representative (COR), and the contractor, detailing requirements such as quality control, surveillance methods, and nonconformance reporting. It clarifies that the contractor must provide all necessary personnel and tools to maintain the door locking systems in multiple buildings, under a Firm-Fixed-Price contract. The QASP includes provisions for random sampling, inspections, and requests for customer feedback to monitor contractor performance, categorizing nonconformance into levels that dictate corrective action. Additionally, it emphasizes the contractor's accountability for quality and the government's right to assess performance at the subcontractor level. This document serves as a crucial framework for maintaining high service standards while ensuring compliance with federal contracting regulations.
    The document outlines the Wage Determination No. 2015-6015 issued by the U.S. Department of Labor under the Service Contract Act. It specifies the minimum wage and benefits that contractors must pay employees performing work under federal contracts, particularly in Geary County, Kansas. For contracts started or renewed after January 30, 2022, employees must receive at least $17.75 per hour, while older contracts not renewed after this date require a minimum of $13.30 per hour. The document includes a comprehensive list of occupations along with corresponding pay rates and fringe benefits. Additionally, it emphasizes that certain occupations may qualify for higher minimum wage rates under recent executive orders (E.O. 14026 and E.O. 13658). The document also details requirements for paid sick leave, holiday pay, health benefits, and uniform allowances, outlining compliance procedures for contractor classifications of unlisted job roles. This wage determination is critical for ensuring fair compensation for workers on federal contracts, reflecting the government’s commitment to worker protections under the law.
    The document outlines technical specifications related to security systems at three buildings, focusing on Lenel software versions, hardware details, and installed inputs. The current software versions are 8.2.52416 for Buildings 253 and 210 and 7.3.345.0 for Building 500. Upon awarding the contract, the Dongle IDs for each system will be disclosed. A detailed breakdown of inputs shows Building 253 has 5 inputs, Building 210 has 10 inputs, and Building 500 has 11 inputs, with all buildings equipped with handicap-accessible doors featuring keypads and maglocks. The devices in Buildings 210 and 253 were installed approximately 10 months prior, while those in Building 500 date back to around 2010. This information is pertinent for prospective contractors participating in government RFPs, ensuring they understand the existing security infrastructure before making proposals.
    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.
    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.
    Y1DA--589A6-24-410, Replace MDP Panel Bld 89| EKH
    Buyer not available
    The Department of Veterans Affairs, through the Network Contracting Office 15, is soliciting proposals for the replacement of the main distribution panel in Building 89 at the Dwight D. Eisenhower VA Medical Center in Leavenworth, Kansas. This project, identified as 589A6-24-410, involves extensive general construction work, including the demolition of existing electrical distribution equipment and the installation of new systems, with a performance period of 310 days. The contract is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBC) and is valued between $1,000,000 and $5,000,000, emphasizing the importance of compliance with federal regulations and safety standards. Proposals are due by December 19, 2025, with an additional site visit scheduled for December 4, 2025; interested parties should contact Contracting Officer Tim Parison at timothy.parison@va.gov or 913-946-1140 for further details.
    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.
    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.
    Operations and Maintenance Services at W. Kerr Scott Reservoir
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is seeking proposals from qualified Women-Owned Small Businesses (WOSB) for Operations and Maintenance Services at the W. Kerr Scott Reservoir in Wilkesboro, North Carolina. The contract, valued at approximately $47 million, aims to provide comprehensive maintenance, repair, and minor rehabilitation services for various facilities, including visitor centers, recreation areas, and trails, ensuring they remain safe and operational for public use. Proposals must be submitted electronically by January 9, 2026, following a site visit scheduled for December 17, 2025, with inquiries accepted until January 2, 2026. Interested parties can contact Benjamin Rickman at benjamin.t.rickman@usace.army.mil or Troy D. Small at troy.d.small@usace.army.mil for further details.
    Roads & Grounds Services
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking contractors to provide Roads & Grounds Services at Fort McCoy, Wisconsin. The contractor will be responsible for delivering all necessary labor, transportation, equipment, materials, supervision, and other services as outlined in the Performance Work Statement and the terms of the solicitation. This contract is crucial for maintaining the operational readiness and aesthetic upkeep of the military installation, with a total estimated performance period that includes a 1-month phase-in, one base year of 11 months, four 12-month option years, and a 6-month option to extend. Proposals will be evaluated based on the Lowest Price Technically Acceptable (LPTA) criteria, focusing on technical capabilities, past performance, and price, with the solicitation expected to be released on December 18, 2025. Interested parties can contact Melissa Guthmiller at melissa.r.guthmiller.civ@army.mil or 520-706-0736 for further information.
    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.
    Security System Service - LRGV
    Buyer not available
    The International Boundary and Water Commission (IBWC) is seeking qualified small businesses to provide security system maintenance, repair, and upgrade services for its Lower Rio Grande Valley (LRGV) facilities, specifically at the Mercedes Field Office, Anzalduas Dam, and Retamal Dam in Texas. The procurement includes comprehensive services such as coordinating with the Security Services Division, maintaining and upgrading security system software, and ensuring 24/7 operational support, including on-call repairs and annual inspections. This opportunity is critical for enhancing the security infrastructure at key U.S. border facilities, with a contract structured for a base year and four optional extensions, emphasizing the importance of technical capability and past performance in the evaluation process. Interested parties must submit their quotes by January 5, 2026, and are encouraged to arrange a site visit on December 17, 2025, with inquiries directed to Seone Michael Jones at seone.jones@ibwc.gov.