Lenel Security System Maintenance
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 the Navy, NAVSUP FLT LOG CTR NORFOLK, is conducting market research through a Sources Sought notice for Lenel Security System Maintenance at Naval Support Activity (NSA) Norfolk, Virginia. This RFI aims to identify qualified and experienced sources for preventative and corrective maintenance of Electronic Security Systems (ESS). Responses are due May 8, 2026.
Scope of Work
The requirement involves comprehensive maintenance for U.S. Fleet Forces Command (USFF) owned Electronic Security Systems (ESS) at NSA Norfolk. This includes preventative and corrective maintenance, and the implementation of a service request response system. The scope covers approximately 26 cameras, 60 Arm/Disarm Keypads, and 200 card readers. The contractor must provide all necessary resources, including manpower, parts, tools, and equipment. Key personnel must be Lenel Certified Experts, and one on-site support FTE is required for badge issuing and record maintenance, including LENEL technical support from 1230 to 1600. Compliance with Intelligence Community Directive 705, DoDM 5200.01, and OPNAVINST 5530.14E is mandatory. Contractor personnel require Secret clearance eligibility.
Performance Standards
Critical component response times are 2 hours for Level 1 (SCIFs), 4 hours for Level 2, and 24 hours for Level 3 (routine). Phone response to initiate corrective action is within 30 minutes. Daily, weekly, and semi-annual preventative maintenance inspections are required, along with an on-site inventory of replacement parts. A 24/7 on-call contact for emergencies is also necessary.
Contract & Timeline
- Type: Sources Sought / Request for Information (RFI). The anticipated contract type is Firm-Fixed Price.
- Duration: Anticipated 12-month base period (September 2026 - September 2027) with up to five (5) 12-month option periods, potentially extending through September 2031.
- Set-Aside: Market research is being conducted to determine if the acquisition will be a small business set-aside.
- Response Due: May 8, 2026, by 5:00 p.m. Eastern time.
- Published: May 1, 2026.
- Place of Performance: NSA, Norfolk, Virginia, specifically buildings NH- 2, 3, 4, 20, 36, 38, 39, 45, 46, 95, and 140.
Submission & Evaluation
Interested parties should submit a capabilities statement, limited to five (5) pages (12-point font), addressing business information, CAGE/UEI codes, contact details, business size, SAM.gov registration, ownership, contract history, and proof of a current Secret facilities clearance level. Recent and relevant experience related to the PWS scope is required. Information regarding small business participation and compliance with FAR 52.219-14 (Limitations on Subcontracting) is also requested. Responses will inform the government's acquisition strategy.
Additional Notes
This is NOT a Request for Proposal (RFP), and no contract will be awarded from this announcement. The government will not pay for information submitted. All questions must be submitted in writing via email to the primary contact. Q&A will be posted as updates to the notice.