SECURITY ACCESS CONTROL MAINTENANCE

SOL #: N6883626QS030Sources Sought

Overview

Buyer

Dept Of Defense
Dept Of The Navy
NAVSUP FLT LOG CTR JACKSONVILLE
JACKSONVILLE, FL, 32212-0097, United States

Place of Performance

Panama City Beach, FL

NAICS

Security Systems Services (except Locksmiths) (561621)

PSC

Maintenance, Repair And Rebuilding Of Equipment: Alarm, Signal, And Security Detection Systems (J063)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)

Timeline

1
Posted
Feb 19, 2026
2
Response Deadline
Feb 23, 2026, 4:00 PM

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, through NAVSUP FLT LOG CTR JACKSONVILLE, is conducting a Sources Sought for Security Access Control Maintenance at the Naval School Explosive Ordnance Disposal (NAVSCOLEOD) in Panama City Beach, FL (Eglin AFB). This notice seeks to identify qualified vendors for the maintenance and service of existing Lenel Controlled Access electronic security systems. This is a Total Small Business Set-Aside. Capabilities statements are due by February 23, 2026, at 11:00 AM EST.

Purpose

This notice serves as a market research tool to identify potential vendors capable of providing annual maintenance and service for the installed Lenel Controlled Access electronic security systems (ESS) at NAVSCOLEOD. It is not a solicitation, Request for Proposal, or Request for Quote, but rather for planning purposes to determine the acquisition method.

Scope of Work

The requirement involves providing maintenance and service for the currently installed Lenel Controlled Access ESS, including Common Access Card (CAC) reader doors and gates, Closed Circuit Television (CCTV) video monitoring systems, and intercom systems. This includes:

  • Maintenance and service for all hardware and software supporting the ESS, including operating system updates.
  • Installation of Lenel Software Upgrade and Support Plan (SUSP) updates.
  • Software/firmware patches, upgrades, reconfiguration, reprogramming, repair, or replacement of faulty hardware/software.
  • Replacement of end-of-life or un-upgradable software and hardware.

Performance Standards & Special Requirements

  • Response Times: Within four (4) hours for CAC operated gates/doors; within eight (8) hours for CCTV or Intercom systems.
  • Support: Unlimited service calls during business hours (7:30 AM – 5:00 PM, M-F), 24/7 telephone technical support, and provision of loaner equipment.
  • Testing: Functional testing of covered equipment within 30 days of contract award and quarterly thereafter.
  • Contractor Qualifications: Must be a certified Lenel dealer with access to technical support and authorized to work on installed Lenel systems.
  • Compliance: Contractor is responsible for annual Lenel software/OS license costs, maintaining a Quality Management System and Quality Control Plan, and ensuring all employees are vetted through NCIC, comply with Eglin AFB access procedures, and federal drug-free workplace requirements.

Contract & Timeline

  • Opportunity Type: Sources Sought / Market Research
  • Set-Aside: Total Small Business Set-Aside (FAR 19.5)
  • NAICS Code: 561621, Security Systems Services (except Locksmiths), with a $25.0 Million Small Business Size Standard.
  • Anticipated Period of Performance: Base Year (March 1, 2026 – February 28, 2027) with four (4) one-year option periods.
  • Capabilities Statement Due: February 23, 2026, 11:00 AM EST.
  • Published Date: February 19, 2026.

Submission Requirements

Interested parties must submit a capabilities statement including:

  1. Company name, address, Point of Contact (POC), phone, fax, and email.
  2. Contractor CAGE Code.
  3. Business size (e.g., Large, Small, 8(a), HubZone, Woman-owned, Veteran-owned).
  4. A brief description of capabilities, resources, technical competencies, and organizational experience related to the key task areas. Standard brochures or paraphrasing of the draft PWS are insufficient. Statements should be emailed to Timothy Merkerson at timothy.j.merkerson2.civ@us.navy.mil.

Important Notes

Responses are voluntary and do not obligate the Government to award a contract. The Government is not responsible for any costs incurred in responding. All submitted data marked as proprietary will be protected.

People

Points of Contact

Timothy MerkersonPRIMARY

Files

Files

Download
Download

Versions

Version 1Viewing
Sources Sought
Posted: Feb 19, 2026