Purchase and Installation of TRAKA ASSA ABLOY Key Management System
ID: 70LGLY25QSSB00043Type: Combined Synopsis/Solicitation
Overview

Buyer

HOMELAND SECURITY, DEPARTMENT OFFEDERAL LAW ENFORCEMENT TRAINING CENTERFLETC GLYNCO OPERATIONSBrunswick, GA, 31524, USA

NAICS

Other Computer Related Services (541519)

PSC

INSTALLATION OF EQUIPMENT- OFFICE MACHINES, TEXT PROCESSING SYSTEMS, AND VISIBLE RECORD EQUIPMENT (N074)

Set Aside

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

    The Department of Homeland Security, specifically the Federal Law Enforcement Training Center (FLETC), is seeking a contractor for the purchase and installation of a TRAKA ASSA ABLOY Key Management System in Brunswick, Georgia. The procurement aims to replace the current key management system with a new solution that provides continuous control over keys, allowing for secure access by authorized users and accommodating up to 1,000 keys per unit. This system is critical for enhancing security and operational efficiency within federal facilities, ensuring that keys are readily available while maintaining strict access protocols. Interested contractors must complete a non-disclosure form to access the solicitation and Statement of Work, with all hardware, software, and installation deliverables required within 30 to 60 days post-contract award. For further inquiries, contact John G. Bennett at john.g.bennett@fletc.dhs.gov or call 912-267-3887.

    Point(s) of Contact
    Files
    Title
    Posted
    The Department of Homeland Security (DHS) Non-Disclosure Agreement establishes guidelines for individuals granted conditional access to Protected Critical Infrastructure Information (PCII), Sensitive Security Information (SSI), and Sensitive but Unclassified (SBU) data. Signatories must acknowledge their understanding of the associated responsibilities, which include protecting the information from unauthorized disclosure and adhering to the relevant standards stipulated in the Critical Infrastructure Information Act and corresponding regulations. The document outlines the conditions under which information can be accessed, handled, and disseminated, emphasizing the importance of safeguarding sensitive information to maintain national security and privacy concerns. Key responsibilities outlined include returning any accessed information upon request, maintaining proper markings on sensitive materials, and reporting any security violations. The agreement also specifies the severe consequences, including administrative action and legal ramifications, for failing to comply. Furthermore, it emphasizes that obligations under this agreement extend beyond the period of access. This document serves a vital role in government operations, particularly in the context of federal grants and requests for proposals, ensuring sensitive information is handled properly by those entrusted with it.
    The Department of Homeland Security (DHS) has implemented a Visitor Access Request form for individuals seeking access to Federal Law Enforcement Training Centers (FLETC) facilities. The form collects personal information, including the applicant's name, address, citizenship, and social security number, to facilitate secure access and manage visitor security. Federal employees must sponsor the requests, detailing the type of access required—such as attendance at graduation events or vendor visits—and the duration of the access. FLETC Security then conducts checks and determines whether access is approved or denied, issuing an appropriate badge type. The information collection adheres to various legal authorities and ensures compliance with security measures. Overall, the document serves as a standard protocol for managing visitor access to enhance security within DHS facilities while ensuring proper handling of sensitive personal data.
    The document appears to be a corrupted or malformed file, likely containing information pertaining to requests for proposals (RFPs), federal grants, and state/local RFPs. Though specific details cannot be extracted due to the content’s corruption, the main purpose of such documents typically involves announcing funding opportunities and outlining requirements for potential grantees or bidders. These files usually consist of program descriptions, eligibility criteria, application processes, deadlines, and evaluation metrics. In the context of government RFPs and grants, the primary focus tends to be on securing proposals that can fulfill particular governmental needs efficiently and effectively. Documentation of this nature is critical for maintaining transparency in the allocation of public funds, promoting fair competition among bidders, and ensuring that projects align with public objectives. Overall, the essence of an RFP and grant document revolves around enabling governmental bodies to achieve desired outcomes through partnerships with private entities while adhering to regulatory frameworks and accountability measures. However, due to the file's irretrievable content, specific insights and substantive details cannot be derived.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Building 252 Refurbish Pool and Install Monorail
    Homeland Security, Department Of
    The Department of Homeland Security, through the Federal Law Enforcement Training Center (FLETC), is seeking proposals for a Firm Fixed Price Contract to refurbish the pool and install an overhead monorail lifting system in Building 252 located in Glynco, Georgia. This project is designated as a 100% total small business set-aside for SBA Region IV, with an estimated construction magnitude between $1,000,000 and $5,000,000, and a contract duration of 120 calendar days following the Notice to Proceed. A mandatory site visit is scheduled for January 7, 2026, and all attendees must submit Day Pass applications by January 5, 2026. Interested parties can contact Shannon D. Anthony at Shannon.Anthony@fletc.dhs.gov or 912-261-3630 for further details regarding the procurement process.
    Replacement/installation of an Intrusion Detection System (IDS) at United States Citizenship & Immigration Services Building located at 12500 Tukwila International Blvd. Tukwila, WA 98168-2505.
    Homeland Security, Department Of
    The U.S. Department of Homeland Security (DHS), through the Federal Protective Service (FPS), is seeking qualified contractors for the replacement and installation of an Intrusion Detection System (IDS) at the United States Citizenship & Immigration Services Building located in Tukwila, Washington. The project requires the contractor to perform the installation in accordance with the Statement of Work, which includes specific equipment requirements such as alarm control panels, glass break sensors, and software support, with a firm-fixed-price contract structure. This procurement is a 100% small business set-aside, emphasizing the importance of security systems in safeguarding government facilities. Interested contractors must register with the System for Award Management (SAM) and are encouraged to direct inquiries to Contract Specialist Thomas Westlake at Thomas.Westlake@fps.dhs.gov. The Request for Quotation (RFQ) documents are expected to be issued around November 24, 2025, with a performance period of 90 calendar days following the Notice to Proceed.
    Smart Storage Lockers
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Secret Service, is seeking information from qualified sources for a Smart Locker Storage Solution. This Request for Information (RFI) aims to identify potential contractors capable of providing a solution that meets specific requirements, including modular designs, advanced notifications, and compliance with security standards, to be installed at eight indoor locations in Washington, D.C. The solution is critical for securely storing clothing, law enforcement, and IT equipment, ensuring operational efficiency and security for the agency. Interested parties must submit a capabilities statement, not exceeding three pages, along with relevant experience and contract references by January 9, 2026, at 12:00 PM ET, to the primary contacts Aisha Collins and Jade Gaston via their provided email addresses.
    Tanker Truck Fuel Pick-up
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the Federal Law Enforcement Training Center (FLETC), is seeking qualified vendors for a contract related to the supply of fuel services, including unleaded fuel, E-85 ethanol, and diesel fuel, for operations in Brunswick, Georgia. The procurement is set aside for small businesses and includes an amendment that clarifies vendor responsibilities, operational parameters, and compliance with regulations, particularly concerning trafficking in persons. This contract is crucial for ensuring a continuous fuel supply from October 1, 2024, through July 31, 2025, with potential extensions through 2029. Interested parties should contact Sheila Henley at sheila.henley@fletc.dhs.gov or call 912-267-2330 for further details and to acknowledge receipt of the amendment by the specified date.
    DON/AA FSSD DOOR LOCKING HARDWARE
    Dept Of Defense
    The Department of the Navy, specifically the Assistant for Administration (DON/AA), is seeking to procure FEDSTA 2807B high security locks to enhance the protection of classified spaces and containers in accordance with Federal Specification FF-L-2740B. This procurement is critical for ensuring compliance with security standards as evaluated by the DoD Lock Program, which was established to oversee the testing and evaluation of such security hardware. Interested vendors can reach out to George D. Bozadjian at george.d.bozadjian.civ@us.navy.mil or by phone at 703-693-0193 for further details regarding this opportunity, which is based in Washington, DC.
    ATL Firing Range Services
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the Transportation Security Administration (TSA), is seeking qualified vendors to provide firing range services for training purposes in Atlanta, Georgia. The procurement requires an existing indoor firing range that can accommodate at least twelve shooters simultaneously, with specific features such as target placement flexibility, non-ricochet barricades, and secure storage facilities. This contract is crucial for the TSA's training operations, ensuring that personnel are adequately prepared for their duties, with an estimated monthly usage of 96,000 rounds. Interested parties must submit their quotes by December 23, 2025, and can direct inquiries to Delisa Hawkins at Delisa.Hawkins@tsa.dhs.gov.
    Replacement/installation of a Video Surveillance System (VSS) at the United States Citizenship & Immigration Services Building located at 12500 Tukwila International Blvd. Tukwila, WA 98168-2505
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the Federal Protective Service, is seeking a contractor for the replacement and installation of a Video Surveillance System (VSS) at the United States Citizenship & Immigration Services Building located in Tukwila, Washington. The project requires the contractor to adhere to a detailed Statement of Work, which includes the installation of 13 cameras, the use of existing rack space, and compliance with specific contractor certifications. This procurement is a 100% small business set-aside, with a firm-fixed price contract expected to be awarded based on a best value selection process. Interested parties must register with the System for Award Management (SAM) and submit any questions to Contract Specialist Thomas Westlake by email. The Request for Quotation (RFQ) documents are anticipated to be issued around November 24, 2025, with a performance period of 90 calendar days following the Notice to Proceed.
    Tactical Village Modular Firing Ranges
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the United States Secret Service, is seeking qualified contractors for the design, prefabrication, transportation, and onsite installation of two adjoining Modular Firing Range (MFR) systems at the James J. Rowley Training Center or another designated federal property. The project aims to enhance training capabilities for agents and officers by expanding firearms range facilities to accommodate increased training demands, while ensuring compliance with stringent federal, state, and local regulations regarding safety and environmental standards. Interested contractors must demonstrate relevant experience in range design and construction, with capabilities statements due by January 5, 2026, to Theresa Williams at theresa.williams@usss.dhs.gov or Erik Syfert at erik.syfert@usss.dhs.gov. This opportunity is categorized as a Sources Sought notice, and no set-aside is used for this procurement.
    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.
    Vehicular Gun Vault: Tuffy or Equal Description; 124 ea.
    Treasury, Department Of The
    The Department of the Treasury, specifically the Treasury Common Services Center (TCSC) on behalf of the Treasury Inspector General for Tax Administration (TIGTA), is soliciting quotes from qualified Small Business vendors for the procurement of 124 Tuffy (Brand Name or Equal) Tactical Lockboxes. The requirement includes specific features such as dimensions of 36"L x 20"W x 9"H, a durable construction, and advanced locking mechanisms, with the intent to award a Firm-Fixed-Priced (FFP) delivery order to the Lowest Priced, Technically Acceptable (LPTA) vendor. This procurement is critical for ensuring secure vehicular storage of firearms, aligning with the operational needs of TIGTA's Office of Investigations. Interested vendors must submit their quotes by 3:00 PM (ET) on December 31, 2025, and direct any questions to DAA at purchasing@fiscal.treasury.gov by 10:00 AM (ET) on December 29, 2025.