ContractSolicitationTotal Small Business Set-Aside (FAR 19.5)

Womack Army Health Center Security Systems Services M&R

DEPT OF DEFENSE W9124725RA092
Response Deadline
Sep 8, 2025
Deadline passed
Days Remaining
0
Closed
Set-Aside
Total Small Business Set-Aside (FAR 19.5)
Notice Type
Solicitation

Contract Opportunity Analysis

The Department of Defense is soliciting proposals from qualified small businesses for the maintenance and repair of security systems at the Womack Army Medical Center (WAMC) in Fort Bragg, North Carolina. The contract encompasses non-personal services for the upkeep of various security systems, including the LenelS2 OnGuard integrated with Milestone XProtect, along with associated equipment such as cameras, access controls, and IT infrastructure. This procurement is critical for ensuring the operational integrity and security of the medical center's surveillance systems, which play a vital role in safeguarding personnel and facilities. Proposals are due by September 8, 2025, with a total contract value of up to $25 million and a performance period extending from September 2025 to September 2030. Interested parties can contact CPT Joseph Schaefer at joseph.l.schaefer.mil@army.mil or MAJ James Berry at james.n.berry16.mil@army.mil for further information.

Classification Codes

NAICS Code
561621
Security Systems Services (except Locksmiths)
PSC Code
J063
MAINT/REPAIR/REBUILD OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS

Solicitation Documents

5 Files
PWS WAHC SECURITY SYSTEMS SERVICES MR.pdf
PDF689 KB9/3/2025
AI Summary
This Performance Work Statement outlines a non-personal services contract for maintaining Womack Army Medical Center's (WAMC) security systems, including LenelS2 OnGuard with Milestone XProtect, cameras, access controls, and related IT infrastructure. The contractor must provide a LenelS2 certified technician and system administrator five days a week, both holding Secret security clearances and located within 100 geographical miles of WAMC for rapid response. Key requirements include a one-year warranty on new hardware, 24-hour emergency support, and strict adherence to all DoD, Army, and local security, safety, and IT regulations, including HIPAA and cybersecurity training. The contractor must also develop and maintain a Quality Control Program, a Property Management System for Government Furnished Equipment, and comply with all security protocols for installation access, CAC issuance, and information security.
Solicitation - W9124725RA092.pdf
PDF2646 KB9/3/2025
AI Summary
This government solicitation, W91247-25-Q-A092, is a Request for Proposal (RFP) for Women-Owned Small Businesses (WOSB) to provide non-personal maintenance services for CCTV/Access Control security systems at Womack Army Medical Center and its associated facilities. The contract, valued up to $25,000,000.00, includes maintenance of existing equipment, wirings, components, servers, Lenel Operating System, and various security devices. The period of performance spans from September 2025 to September 2030, including multiple option years. Key requirements include providing Lenel-certified technicians, demonstrating licensing renewal capability, and adhering to strict inspection and acceptance procedures. Proposals are due by September 8, 2025, and must include technical capability, pricing, and representations/certifications. The evaluation will consider price and other factors, with an emphasis on the offeror's technical approach and staffing plan.
RFP W9124725RA092 Equipment Discrepancy Report.xlsx
Excel50 KB9/3/2025
AI Summary
The document provides a detailed inventory of camera licenses and their usage, categorizing cameras by brand and model, such as ArecontVision and Axis. It also lists numerous cameras by their specific location and name across various facilities, including those managed by LNVR systems like Clark, Joel, Robinson, WHSC, Linden Oaks, Byars, BDC, BSL, EBH, WB EBH D-3135, FRC, Pharmacy Annex, and PX\RX North. The inventory includes both online and offline cameras, indicating their operational status and deployment across diverse areas such as entrances, hallways, waiting rooms, offices, pharmacies, loading docks, parking lots, and specialized clinical or administrative zones. This comprehensive listing serves as a critical record for asset management, security planning, and system maintenance within a large, multi-facility environment, likely for a government entity managing extensive surveillance infrastructure.
RFP W9124725RA092 Consolidated Q_A.pdf
PDF488 KB9/3/2025
AI Summary
This government file addresses questions and responses related to an RFP for security system services at Womack Army Medical Center (WAMC) and its associated clinics/buildings. Key aspects include the requirement for Lenel dongle ID 54531 and Milestone SLC numbers 2156Q22 and 2157Q22 for annual SSA pricing, which will be covered under CLIN 1. Technical personnel require secret clearance, obtainable during a 10-day phase-in period. All emergency service requests are managed by the COR. The CCTV/VSS system is internal to WAMC and not integrated with Fort Bragg. Most servers are end-of-life, with new purchases under review. The contractor is responsible for door access panels and associated equipment, not re-keying or lock core replacement. The Program Manager is the sole Key Personnel, requiring continuing education to maintain certifications. The government uses Service Now for ticketing and provides office space as needed. Current software includes Windows Server 2012, 2016, 2019, Lenel Onguard 7.6, and the latest Milestone version. Equipment for bench stock includes door panels and control modules compatible with LenelS2 Onguard/Milestone. An Equipment Discrepancy Report from 29SEP23 is provided, but equipment location details are withheld for security. The solicitation will not be extended, and Concord Crossroads LLC is the incumbent contractor (W91247-20-P-0056). WAMC locations will have centrally monitored and managed enterprise systems, but there is no current Authority to Operate (ATO) from DHA. Cybersecurity personnel require CompTIA Security+ certification (8140/8570.01). The contractor will participate in the RMF process by providing POA&M RFIs, including software versions, patches, updates, and configurations, as DHA Enterprise transitions to RMF v5. Duplicate PWS sections 1.28, 1.24, 1.16.1.1, and 1.1.6 (paragraph without list) are omitted or clarified.
RFP W9124725RA092 PWS Womack Security Systems M_R Amended.pdf
PDF404 KB9/3/2025
AI Summary
This Performance Work Statement outlines a non-personal services contract for the maintenance of the Womack Army Medical Center's (WAMC) security systems, including the LenelS2 OnGuard ADV with Milestone XProtect Video Surveillance System (VSS). The contractor must provide all necessary personnel, equipment, and services for system upkeep, repairs, replacements, and troubleshooting across WAMC and its outlying facilities. Key requirements include a one-year warranty on new hardware, a 24-hour customer service representative, and the provision of one LenelS2-certified technician and one LenelS2-Milestone certified system administrator, both with Secret security clearances, for 40 hours per week. The contractor must be located within 100 geographical miles of WAMC, possess two years of government contract experience with favorable evaluations, and maintain all necessary certifications. The contract also details stringent security, safety, and cyber security requirements, including various training certifications, compliance with federal and Army regulations, and adherence to specific identification and access protocols. The period of performance is a base year plus four option years, with a strong emphasis on quality assurance, property management, and prompt reporting of any service delays or incidents.

Related Contract Opportunities

Project Timeline

postedOriginal Solicitation PostedAug 20, 2025
amendedLatest Amendment· Description UpdatedSep 3, 2025
deadlineResponse DeadlineSep 8, 2025
expiryArchive DateSep 23, 2025

Agency Information

Department
DEPT OF DEFENSE
Sub-Tier
DEPT OF THE ARMY
Office
W6QM MICC FDO FT BRAGG

Point of Contact

Name
CPT Joseph Schaefer

Place of Performance

Fort Bragg, North Carolina, UNITED STATES

Official Sources