Full and Open Competition 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, specifically the NAVAL SURFACE WARFARE CENTER in Panama City Beach, FL, is conducting a Full and Open Competition for Assa Abloy Brand Traka Key Management Integration. This opportunity is a Total Small Business Set-Aside and requires the supply, installation, and integration of Traka key management components with the existing Lenel OnGuard system. Quotes are due by February 10, 2026, at 11am Central Time.
Scope of Work
The primary objective is to install a Traka key management system and integrate it with the NSWC PCD Lenel OnGuard system. Key tasks include:
- Supplying and installing specific Traka components: 1 TrakaWEB Pro Plus, 1 Integration Engine for Lenel Onguard, 10 x 10 Way CAN Locking units, 100 x Self-Locking Steel Cable Seals, 1 L-Series Touch Assembly, and 1 Mini Tag.
- Expanding the current TKC53411 cabinet from 60 to 160 key positions by upgrading the Traka Touch S to a Traka Pro L.
- Providing project management, commissioning, installation, testing, and training on hardware and software.
- Coordination with the Technical POC for base access and project timelines.
Required Items & Brand Justification
This is a brand-name specific requirement for ASSA ABLOY (Traka brand) products, justified by the need for compatibility with NSWC PCD's existing security and key management systems. Purchasing a different brand would necessitate replacing the entire system, incurring unnecessary additional expense. Specific part numbers and quantities are detailed in the attachments.
Contract & Timeline
- Contract Type: Combined Synopsis/Solicitation
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
- Response Due: February 10, 2026, 11am Central Time
- Published Date: February 5, 2026
- Period of Performance: No later than ten weeks after receipt of award.
Evaluation Factors
Award will be based on the best value to the government, considering price, delivery, quality, and past performance.
Special Requirements
- Security: Task involves access to Controlled Unclassified Information (CUI). Contractors must adhere to DFARS Clause 252.204-7000, protect technical data, and comply with DoDI 5200.48. Minimum access requirements for CUI include a Tier 3 Background Investigation or interim/temporary access based on SF 86 and FBI fingerprint results. CUI on non-DoD systems requires adequate security, including encryption on mobile devices and secure transmission methods. Operations Security (OPSEC) measures are required.
- Contractor Relationship: Services are non-personal. Contractor personnel must wear identification badges and clearly identify themselves as contractors.
- Invoicing: Be able to invoice through Wide Area Workflow (WAWF).
Submission Details
Email quotes to kaitlin.h.summerville.civ@us.navy.mil on or before the closing date and time. Quotes must include CAGE code and lead time. If shipping is not included in the price, please include a separate line item for shipping. Review all attached documents for complete requirements.