Access Control/Intrusion Detection System
ID: N0018925Q0222Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVSUP FLT LOG CTR NORFOLKNORFOLK, VA, 23511-3392, USA

NAICS

Security Systems Services (except Locksmiths) (561621)

PSC

MISCELLANEOUS ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS (6350)
Timeline
  1. 1
    Posted Apr 8, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 15, 2025, 12:00 AM UTC
  3. 3
    Due Apr 18, 2025, 2:00 PM UTC
Description

The Department of Defense, through the Naval Supply Systems Command (NAVSUP) Fleet Logistics Center Norfolk, is seeking proposals for the installation of an Access Control and Intrusion Detection System (ACS/IDS) at Building 235 of Naval Support Activity Annapolis, Maryland. The procurement involves the complete furnishing, outfitting, and installation of a Lenel-based security system, which is critical for enhancing building security and ensuring compliance with existing security protocols. This acquisition is particularly important as it addresses vulnerabilities in the current system and maintains compatibility with the Navy's existing infrastructure. Interested vendors must submit their proposals by April 18, 2025, with inquiries due by April 11, 2025. For further information, potential bidders can contact Justin Clark at justin.t.clark6.civ@us.navy.mil or Morgan Olszak at morgan.e.olszak.civ@us.navy.mil.

Point(s) of Contact
Files
Title
Posted
Apr 15, 2025, 5:06 PM UTC
The document outlines a justification for a brand name acquisition concerning the installation and maintenance of Access Control and Intrusion Detection Systems (ADS/IDS) at Building 235 of NSA Annapolis. The sole source for this requirement is Honeywell International Inc.'s Lenel brand products, which are necessary for compliance with specific security standards, enhancing building security, and addressing existing vulnerabilities. The current systems at NSA Annapolis are exclusively Lenel-based, making compatibility with new installations a critical concern. The proprietary nature of Lenel's systems, which are approved for connection to the Navy's NMCI network, precludes viable alternatives. Furthermore, the document cites regulatory compliance and cybersecurity risks as significant factors necessitating this exclusive procurement, confirming that only this source can meet the installation needs effectively without jeopardizing existing security configurations. Thus, this request serves to eliminate the risk of incompatibility and security breaches while ensuring operational integrity within the facility and alignment with Navy protocols.
Apr 15, 2025, 5:06 PM UTC
The document outlines a Request for Proposal (RFP) by the U.S. Government for a Firm Fixed Price (FFP) contract for an Access Control/Intrusion Detection System. Proposals must be submitted by April 16, 2025, with bidders required to adhere to outlined specifications and provide documentation on manufacturer and item specifications. The deadline for inquiries is set for April 11, 2025. Notably, the contract is contingent upon the availability of appropriated funds. The RFP emphasizes compliance with various federal regulations, including anti-corruption and labor laws, and requires bidders to confirm they do not engage in prohibited activities, particularly concerning telecommunications and procurement practices with specific nations. The document stresses the importance of small business participation, specifically targeting service-disabled veteran-owned and economically disadvantaged women-owned small businesses. It also outlines the evaluation criteria for proposals, emphasizing price, compliance with specifications, and past performance considerations. Overall, this RFP reflects the government’s initiative to modernize security systems while supporting small businesses and ensuring fiscal accountability and compliance with federal regulations.
Apr 15, 2025, 5:06 PM UTC
The document is an amendment to a solicitation identified as N0018925Q0222, issued by the NAVSUP FLC Norfolk Contracting Office. Its primary purpose is to clarify questions raised during the solicitation process regarding the installation of a Lenel security system and associated devices. The amendment extends the deadline for responses from April 16, 2025, to April 18, 2025. Key clarifications include that the new Lenel controllers will connect to the existing server, sufficient licenses are available for five additional doors, and the contractor will handle the initial programming while training local Navy personnel. Additional specifics detail the deployment of motion detectors and door contacts, the structure of ceilings in relevant areas, and the arrangement of controllers in designated rooms. This amendment serves to ensure that potential contractors possess a clear understanding of project requirements and expectations, ultimately aiding in the procurement process while maintaining all original solicitation terms.
Apr 15, 2025, 5:06 PM UTC
The document presents an organized list of doors labeled numerically from 1 to 5. While the specifics regarding each door's purpose or functionality are not provided, the sequential representation suggests a process or prioritization scheme relevant to a project or initiative. This structure could imply distinct stages, areas of focus, or categories connected to federal government RFPs, grants, or state/local requests for proposals. By numbering the doors, it may establish an intended workflow or hierarchy that could correlate with the evaluation or categorization of proposals within a broader governmental context. The clear listing showcases an element of organization which is essential in managing complex governmental tasks and solicitations. Overall, the document's structure hints at a methodical approach to a particular aspect of governmental operations, although further context would be necessary to determine its precise relevance or application.
Lifecycle
Title
Type
Solicitation
Similar Opportunities
AECS, IDS, and Door Installation
Buyer not available
The Department of Defense, specifically the Naval Air Warfare Center at China Lake, California, is seeking proposals for the installation of Advanced Electronic Control Systems (AECS), Integrated Defense Systems (IDS), and door installation services. This procurement aims to fulfill a critical requirement for enhancing security and operational capabilities at the facility, with the contract being open to all responsible sources. Interested vendors must ensure compliance with federal acquisition regulations and maintain an active registration in the System for Award Management (SAM) database. Proposals are due following the solicitation posting on or about April 9, 2025, and inquiries can be directed to Yvonne Stockwell at yvonne.c.stockwell.civ@us.navy.mil or by phone at 760-793-4069.
Lenel Maintenance Package
Buyer not available
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.
J--Security System Maintenance
Buyer not available
Presolicitation DEPT OF DEFENSE DEPT OF THE NAVY is seeking maintenance support services on Access Control System, Intrusion Detection and CCTV System for Center for Information Warfare (CWIT). The resulting contract will have one base year and four option years under NAICS code 561621. The RFQ should be posted on or before 17 July 2018.
Base Operations Support Services For NSA Annapolis and US Naval Academy, Annapolis, Maryland
Buyer not available
The Department of Defense, through the Naval Facilities Engineering Systems Command Atlantic, is seeking small and socio-economic businesses to provide Base Operations Support (BOS) Services for the Naval Support Activity Annapolis and the U.S. Naval Academy in Maryland. The anticipated contract, valued at approximately $30 million annually, will encompass a range of services including facility management, pest control, waste management, utilities management, and support for special events, with a potential duration of up to 102 months including option periods. This initiative is crucial for maintaining operational efficiency and compliance with federal standards at the facilities. Interested vendors must submit Statements of Capabilities and complete a Sources Sought Questionnaire by April 21, 2025, and can contact Jamie Oyelowo at jamie.l.oyelowo.civ@us.navy.mil or Edward Flint at edward.d.flint.civ@us.navy.mil for further information.
CAC Badge Reader and Camera Upgrade
Buyer not available
The Department of Defense, through the Naval Air Warfare Center Training Systems Division (NAWCTSD), is seeking qualified vendors to provide upgrades to its Access Control and Badging System (NACABS) in Orlando, Florida. This procurement involves the replacement and reprogramming of existing security badge readers and cameras, specifically transitioning to HID Signo models to accommodate U.S. Government smart cards and enhancing security infrastructure with new AXIS cameras. The project is critical for modernizing access control systems to ensure compliance with government standards and improve overall security. Interested vendors must submit their quotes by April 30, 2025, with the contract expected to be awarded based on the lowest price technically acceptable offers, and all work must be completed by September 15, 2025. For further inquiries, potential bidders can contact Madeline R. Jackson at madeline.r.jackson@us.navy.mil or Tony Pham at chi.t.pham@navy.mil.
EMERGENT AND SPECIAL SECURITY SOLUTIONS
Buyer not available
The Department of Defense, through the Department of the Navy's NIWC Atlantic, is seeking proposals for emergent and special security solutions. This procurement aims to acquire advanced security detection systems, specifically categorized under the NAICS code 334290, which encompasses other communications equipment manufacturing. The goods and services sought are critical for enhancing security measures within defense operations. Interested vendors should reach out to Contract Specialist Candia Lee at candia.m.lee.civ@us.navy.mil or call 843-218-2327 for further details regarding the presolicitation notice.
Y--Design-Bid-Build (DBB) P-106, Submarine Propulsor Manufacturing Support Facility, Philadelphia Navy Yard (PNY), Philadelphia, Pennsylvania
Buyer not available
Special Notice DEPT OF DEFENSE DEPT OF THE NAVY is seeking Design-Bid-Build (DBB) services for the Submarine Propulsor Manufacturing Support Facility in Philadelphia Navy Yard (PNY), Philadelphia, Pennsylvania. This notice is a sources sought notice to determine the availability of commercially available security equipment with equivalent specifications to the LENEL systems described in the attachments. The purpose of this notice is to conduct market research and gather information from potential sources. Interested vendors are requested to submit a brief capabilities statement package demonstrating their ability to provide the required security equipment. Responses are due by Friday, 01 March 2019 at 2:00 PM Eastern Time.
NSWCPD | B542 Design Build Fire Alarm Repairs (Mass Notification Systems)
Buyer not available
The Department of Defense, through the Naval Surface Warfare Center Philadelphia Division (NSWCPD), is soliciting proposals for the design and installation of a Fire Alarm and Mass Notification System (FA&MNS) at Building 542, Philadelphia Naval Business Center, Pennsylvania. The project entails replacing the existing fire alarm system and integrating a new mass notification system, adhering to specific safety and compliance standards outlined in UFC-3-600-01 and UFC-4-021-01. This procurement is crucial for enhancing safety measures within government facilities, ensuring operational readiness and compliance with federal regulations. Interested small businesses must submit their proposals by April 24, 2025, with an estimated contract value between $500,000 and $1,000,000, and are encouraged to contact Rishi Mathur or David Rhoads for further information.
7C20 - Data Center Products
Buyer not available
The Department of Defense, through the Department of the Navy's NAVSUP FLT LOG CTR NORFOLK, is seeking proposals for web-based user subscriptions that provide access to public data records and law enforcement data to support the NCIS Multiple Threat Alert Center (MTAC). This procurement aims to enhance the MTAC's mission of delivering 24/7 alerts regarding foreign intelligence, cyber, terrorist, and criminal threats to Department of the Navy assets and personnel. The services sought are critical for maintaining situational awareness and ensuring the safety of Navy operations. Interested vendors can reach out to Kevin James at 215-697-5149 or via email at Kevin.n.james1@navy.mil for further details regarding the solicitation.
Multiple Bachelor Enlisted Quarters Lock Repairs Phase-IV
Buyer not available
The Department of Defense, through the NAVFAC Mid-Atlantic office, is soliciting proposals for the Multiple Bachelor Enlisted Quarters Lock Repairs Phase IV project at Camp Lejeune, North Carolina. This project involves the repair and replacement of lock systems across 36 buildings, with a focus on ensuring compliance with ANSI standards and providing necessary training and support for the new systems. The estimated budget for this initiative ranges from $5 million to $10 million, reflecting its importance in maintaining security and operational integrity at the facility. Interested contractors must submit their proposals by April 8, 2025, and can contact Edward Pelser or Lauren Loconto for further information regarding the solicitation.