Access Control/Intrusion Detection System
ID: N0018925Q0222Type: Solicitation
AwardedApr 24, 2025
$23.3K$23,290
AwardeeSMARTNET, INC. Leesburg VA 20176 USA
Award #:N0018925P0213
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
    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
    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.
    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.
    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.
    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
    Similar Opportunities
    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.
    J059 - Shore Equipment Installation and Maintenance Management Program (SEIMMP)
    Dept Of Defense
    The Department of Defense, through the Naval Supply Systems Command (NAVSUP) Fleet Logistics Center Norfolk, is seeking proposals for the Shore Equipment Installation and Maintenance Management Program (SEIMMP) under solicitation number N0018926R0001. This procurement aims to secure contractor support services for the engineering, installation, and maintenance of electronic systems and equipment, primarily in support of Fleet Cyber Command/Commander U.S. 10th Fleet (FCC/C10F) and related IT mission requirements. The contract will cover a five-year period with an option for a six-month extension, focusing on various Navy and non-Navy installations across the continental United States and overseas, with key performance locations including Fort Meade, MD, Chesapeake, VA, and Oahu, HI. Interested vendors must submit their proposals by January 6, 2026, and can direct inquiries to Ethan Othersen or Jacob Gephart via their provided email addresses.
    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.
    SOLE SOURCE – PHYSICAL SECURITY COMPONENTS
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy's NSWC Crane, is seeking to procure physical security components through a sole source justification. This procurement is categorized under miscellaneous alarm, signal, and security detection systems, indicating a focus on enhancing security measures. The goods and services sought are critical for maintaining operational security and ensuring the safety of personnel and assets. For further inquiries, interested parties can contact Shauna Pegg at shauna.m.pegg.civ@us.navy.mil for additional details regarding this opportunity.
    J&A for Brand Name Lenel OnGuard
    Dept Of Defense
    The Department of Defense, through the NAVFACSYSCOM Marianas office, is seeking to procure the Lenel OnGuard security software under a Justification and Approval (J&A) for brand-name specification. This procurement is specifically for design-bid-build construction services that require the latest version of the Lenel OnGuard software, which is deemed essential for the security software system being developed. The decision to limit competition is based on the impracticality of obtaining equivalent products from other manufacturers, although a market survey is planned to explore future alternatives. Interested parties can reach out to Teresa Aguon at teresa.f.aguon.civ@us.navy.mil or Doris Castro at doris.r.castro.civ@us.navy.mil for further information regarding this opportunity.
    Maritime Operations Center (MOC) Support Services
    Dept Of Defense
    The Department of Defense, through the Department of the Navy's NAVSUP Fleet Logistics Center Norfolk, is soliciting proposals for Maritime Operations Center (MOC) Support Services. The primary objective of this procurement is to provide a comprehensive range of technical services aimed at enhancing warfighting capabilities and addressing operational gaps within the MOC framework, which is critical for effective command and control of naval operations. This solicitation is intended for a sole source contract, with a performance period spanning four months, and requires offerors to possess a current Top Secret facilities clearance. Interested parties should direct inquiries to Mary Taylor at mary.a.taylor263.civ@us.navy.mil or Jacob Gephart at jacob.n.gephart.civ@us.navy.mil, with proposals due by December 15, 2025, at 10:00 AM.
    ALARM-MONITOR GROUP
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting bids for the procurement of the ALARM-MONITOR GROUP, which involves the manufacturing of specialized alarm, signal, and security detection systems. The contract aims to fulfill the requirements for the production and quality assurance of these systems, with an emphasis on compliance with specific military standards and documentation. These systems are critical for ensuring operational readiness and safety within naval operations. Interested contractors should note that the solicitation includes an option for increased quantity and requires government source inspection, with all inquiries directed to Logan Mann at LOGAN.W.MANN.CIV@US.NAVY.MIL or by phone at 717-605-1381. The procurement process is expected to follow standard federal contracting timelines, and interested parties should prepare to submit their proposals accordingly.
    EXTENSION ASSEMBLY
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting proposals for the procurement of an Extension Assembly, classified under the NAICS code 335931 for Current-Carrying Wiring Device Manufacturing. The contract will involve the supply of specialized materials essential for a critical shipboard system, where the use of incorrect or defective materials could lead to severe consequences, including personnel injury or loss of the ship. Interested vendors should note that this opportunity is set aside for small businesses, and proposals must be submitted by the specified deadline, with all inquiries directed to Benjamin Spangler at benjamin.spangler@navy.mil or by phone at 771-229-0573.
    DOOR,BREECH ASSEMBL
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting offers for the procurement of Breech Door Assemblies, which are critical components for shipboard systems. The contract requires adherence to stringent quality assurance and certification standards due to the high stakes involved, as the use of incorrect or defective materials could lead to severe consequences, including personnel injury or loss of the ship. Interested contractors must submit their offers by 4:30 PM local time on February 27, 2026, as per the recent amendment to the solicitation, and can reach out to Jordan D. Neely at 717-605-8197 or via email at JORDAN.D.NEELY2.CIV@US.NAVY.MIL for further inquiries.
    20--TILE 24 X24 INCH
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting bids for the procurement of 2,000 units of 24 x 24 inch tiles, identified by NSN 2090 016160268 ST. The procurement requires engineering source approval to ensure the quality of the part, necessitating that all suppliers demonstrate existing unique design capabilities and manufacturing knowledge. These tiles are critical components for naval applications, and the contract will be awarded on a firm-fixed-price basis, with a due date for offers set for December 31, 2025. Interested vendors must submit their quotes via email to Alison Bruker at alison.n.bruker.civ@us.navy.mil, and must possess a valid U.S. security clearance due to the classified nature of the associated documents.