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), Network Contracting Office 10 (NCO 10), has issued a solicitation for preventative maintenance and software sustainment services for the LENELS2 Physical Access Control System (PACS) at the VA Northern Indiana Healthcare System (NIHCS) and its assigned VA Clinics. This is a Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside. The latest amendment extends the offer due date to February 12, 2026, at 9:00 AM EST.
Scope of Work
The contractor will provide on-site technicians to perform preventative maintenance and software sustainment for the existing Lenel PACS (versions 7.5-8.0). 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, including Certified Systems Engineer ICAM PACS, Certified Symmetry Essentials LENELS2 Installers, and System Administrator with LENEL Onguard advanced integrator certification.
- Compliance with HSPD-12, UL2050, FICAM, and FIPS 201 standards is required. This is for non-personal services.
Contract Details
- Contract Type: Firm-Fixed-Price (FFP).
- Period of Performance: One (1) base year (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.
- Set-Aside: Total set-aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs). Offerors must be certified and listed in the SBA database at the time of offer and award.
- NAICS Code: 561621 (Security Systems Services), with a $25 Million size standard.
- Product Service Code: J063 (Maintenance, Repair And Rebuilding Of Equipment: Alarm, Signal, And Security Detection Systems).
Submission & Evaluation
- Offers Due: February 12, 2026, at 9:00 AM EST.
- Submission Requirements: Offerors must submit a signed SF1449, a completed price schedule, and all required certifications.
- Evaluation: Award will be based on overall best value to the Government, considering technical and past performance as key factors, in accordance with FAR Parts 12. The Government reserves the right to award without discussions.
- Contact: Janel N Tate-Montgomery, Contracting Officer, janel.tate-montgomery@va.gov.
Additional Notes
An amendment (0001) extended the offer due date and included answers to vendor questions, as well as a revised Performance Work Statement (PWS). Compliance with VAAR 852.219-73 and 852.219-75 (Limitations on Subcontracting) is required. Invoices must be submitted electronically via Tungsten Network.