Small Business Set Aside for Assa Abloy Brand Traka Key Management Integration per attachments
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, Naval Surface Warfare Center (NSWC) is soliciting quotes for a Total Small Business Set-Aside opportunity to provide Assa Abloy Brand Traka Key Management Integration. This procurement involves the supply, installation, and integration of a Traka key management system with the existing Lenel OnGuard system at Panama City Beach, FL. Quotes are due by February 4, 2026, at 11 AM Central Time.
Scope of Work
The contractor will be responsible for supplying and installing specific Traka components, including TrakaWEB Pro Plus, an Integration Engine for Lenel OnGuard, 10-Way CAN Locking units, Self-Locking Steel Cable Seals, an L-Series Touch Assembly, and Mini Tags. The scope also includes expanding an existing TKC53411 cabinet from 60 to 160 key positions. Services encompass project management, commissioning, installation, testing, and training on both hardware and software. A Brand Name Justification confirms that ASSA ABLOY (Traka brand) is required due to its unique compatibility with NSWC PCD's current security infrastructure, limiting competition to authorized resellers.
Contract Details
- Opportunity Type: Combined Synopsis/Solicitation
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
- Product Service Code: 7125 - Cabinets, Lockers, Bins, And Shelving
- Place of Performance: Panama City Beach, FL 32407
- Period of Performance: No later than ten weeks after receipt of award.
- Invoicing: Must be capable of invoicing through Wide Area Workflow (WAWF).
- Shipping: If not included in the price, a separate line item for shipping is required.
Special Requirements & Security
This task involves access to Controlled Unclassified Information (CUI), necessitating adherence to DFARS Clause 252.204-7000 and DoDI 5200.48. Personnel requiring CUI access must have a minimum Tier 3 Background Investigation or interim access. Contractors must implement OPSEC measures and protect technical data subject to export control. Services are non-personal, and contractor personnel must wear identification badges.
Submission & Evaluation
Quotes must be emailed to kaitlin.h.summerville.civ@us.navy.mil by the deadline. Submissions must include the company's CAGE code and lead time. Award will be based on the best value to the government, considering price, delivery, quality, and past performance. Bidders are advised to review all attached documents, especially the Statement of Work and contract clauses, for comprehensive requirements.
Deadline
Quotes are due: Wednesday, February 4, 2026, at 11 AM Central Time. Late quotes will not be accepted.