Install a LENEL Security system
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The USDA National Forest and Grasslands in Texas has issued Solicitation Number 12444026Q0030, a Request for Quotation (RFQ), for the installation of a LENEL Security System. This requirement stems from damage caused by Hurricane Beryl in 2024, which led to system failures of electrical components for fire and security alarms. The project involves replacing and repairing these damaged systems to restore full functionality and ensure compliance with industry and building/fire code standards. This is a Total Small Business Set-Aside. Quotes are due February 23, 2026, at 1300 ET.
Scope of Work
The scope of work includes:
- Fire Security Alarm Replacement: Replacing the existing fire panel system, installing surge protection, replacing damaged strobe devices, and conducting a full system inspection.
- Camera System Upgrade: Upgrading to an IP camera system, including a 32-channel NVR with PoE Switch, new Cat6 cabling, nine (9) PTZ IP outdoor cameras, and six (6) indoor IP cameras. This also covers calibration, programming, and testing.
- Access Control Repair: Adding Motorized Latch Retraction Kits to two exterior doors and installing 13 new access control units compatible with the existing LENEL system, supporting RFID, PIN, and Magnetic inputs. All installations must be performed by certified technicians and licensed electricians, adhering to industry, building, and fire code standards. The contractor is responsible for all necessary certifications, permits, and licenses.
Contract & Timeline
- Contract Type: Firm Fixed Price (FFP)
- Period of Performance: February 23, 2026, to May 22, 2026
- Delivery: May 22, 2026
- Set-Aside: Total Small Business Set-Aside (NAICS 561621, Size Standard $25 Million)
- Offer Due Date: February 23, 2026, at 1300 Eastern Standard Time (EST)
- Questions Due Date: February 19, 2026, at 13:00 PM EST
- Offer Validity: 90 calendar days
Evaluation
Award will be based on the Lowest Price Technically Acceptable (LPTA) criteria. Technical acceptability requires meeting LENEL system specifications, providing descriptive literature, and ensuring delivery within the specified timeframe.
Additional Notes
Quotes must be sent to Marian Feist at marian.feist@usda.gov. The solicitation incorporates various FAR clauses by reference. Bidders must provide a Certificate of Conformance (COC) and ensure traceability to the Original Equipment Manufacturer (OEM). Compliance with Buy American–Free Trade Agreements-Israeli Trade Act and Trade Agreements clauses is required. Contractor personnel will require Personal Identity Verification (PIV). Attachments include a Performance Work Statement (PWS) and Maps.