MSHA - Security System Inspections-Mx
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 U.S. Department of Labor (DOL), specifically the Mine Safety and Health Administration (MSHA), is seeking proposals for a Preventative Maintenance Service Agreement for the National Mine Academy's security system and dorm room access control system in Ballard, WV. This Solicitation aims to ensure the continuous operational readiness of the security infrastructure. Proposals are due Monday, April 20, 2026, at 9:00 AM ET.
Scope of Work
The contractor will provide comprehensive preventative maintenance, inspections, testing, and repair services for the security system, covering 174 door rooms and 22 FIPS readers. Key deliverables include:
- Four annual preventive maintenance inspections and testing during quarterly visits.
- Field cleaning, calibration, and verification of proper operation.
- Taking and recording voltage/current measurements and making necessary corrections.
- Repair and service of Allegion/Schlage wireless door locks, including battery replacement.
- Inspection, repair, and software updates for Lenel OnGuard ADV64 and other security system components.
- Monitoring, providing, and installing software updates.
- Providing on-site training for personnel on hardware/software updates.
- Responding to emergency repair calls 24/7 and offering basic troubleshooting via telephone.
- Proper disposal of waste products. The Performance Work Statement (PWS) requires compliance with Federal Information Processing Standards (FIPS) 201.
Contract Details
- Type: Firm Fixed Price Delivery Order
- Period of Performance: One (1) Base Period of 12 months, followed by four (4) 12-month option periods.
- Base Period: September 30, 2026 - September 29, 2027
- Option Period I: September 30, 2027 - September 29, 2028
- Option Period II: September 30, 2028 - September 29, 2029
- Option Period III: September 30, 2029 - September 29, 2030
- Option Period IV: September 30, 2030 - September 29, 2031
- Set-Aside: None (Not a Small Business Set-Aside)
- Product Service Code: H363 - Inspection And Laboratory Services (Except Medical/Dental): Alarm, Signal, And Security Detection Systems
Submission & Evaluation
- Proposals Due: Monday, April 20, 2026, at 9:00 AM ET.
- Submission Method: Email to Michael Whiddon (whiddon.michael.v@dol.gov) and Alicia Jackson (jackson.alicia.m@dol.gov).
- Quote Validity: Quotes must be held firm for 90 days.
- Source Selection: Lowest Priced Technically Acceptable (LPTA).
- Evaluation Factors:
- Factor 1 - Technical: Quote must meet or exceed minimum specifications in the PWS.
- Factor 2 - Price: Evaluated for completeness, accuracy, and reasonableness.
- Basis for Award: A single Task Order will be awarded to the technically acceptable offeror providing the best value at a fair and reasonable price.
Additional Notes
Government-furnished items include facility access, site and building electrical power, and any available drawings. The contractor is responsible for all other equipment, materials, and labor.