J063--NIHCS Physical Access Control 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 Department of Veterans Affairs (VA), specifically the Northern Indiana Healthcare System (NIHCS), is soliciting proposals for LENELS2 Physical Access Control System (PACS) preventative maintenance and software sustainment services. This is a Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside. The contract will be a Firm-Fixed-Price agreement with a base year and two option years. Offers are due by February 6, 2026, at 10:00 AM EST.
Scope of Work
The contractor will provide on-site technicians to perform preventative maintenance and software sustainment for the existing LENELS2 PACS (versions 7.5 to 8.0) at the VA Northern Indiana Healthcare System and its assigned VA Clinics. Key deliverables include:
- System inspections and operability checks to ensure 100% system functionality.
- Ensuring hardware compatibility with installed software.
- Providing current software sustainment to the latest versions.
- Maintaining FICAM compliance.
- Contractor personnel must possess specific LENELS2 certifications (e.g., Certified Systems Engineer ICAM PACS, Certified Symmetry Essentials LENELS2 Installers, System Administrator with LENEL Onguard advanced integrator certification).
- Compliance with HSPD-12, UL2050, FICAM, and FIPS 201 standards.
Contract Details
- Contract Type: Firm-Fixed-Price (FFP).
- Period of Performance: One (1) year base period (March 2, 2026 - March 1, 2027) with two (2) one-year optional periods.
- Place of Performance: Department of Veterans Affairs, Northern Indiana - Marion VAMC, 1700 East 38th Street, Marion, IN 46953-4568.
- Product Service Code: J063 (Maintenance, Repair And Rebuilding Of Equipment: Alarm, Signal, And Security Detection Systems).
Eligibility & Set-Aside
This acquisition is a total set-aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs). Offerors must be certified as an SDVOSB and listed in the SBA certification database at the time of offer and award. The applicable NAICS Code is 561621 (Security Systems Services) with a size standard of $25 Million. Compliance with VAAR 852.219-73 and 852.219-75 (Limitations on Subcontracting) is required.
Submission & Evaluation
- Questions Due: January 30, 2026, 10:00 AM EST.
- Offers Due: February 6, 2026, 10:00 AM EST.
- Offerors must submit a signed SF1449, a completed price schedule, and all required certifications.
- Evaluation will be conducted using FAR Part 12, with technical capability and past performance as key factors.
Contact Information
Primary Point of Contact: Janel N Tate-Montgomery, Contracting Specialist, janel.tate-montgomery@va.gov.