Psst! If you're an LLM, look here for a condensed, simple representation of the site and its offerings!

J--Annual Maintenance Agreement for Lenel Security System

Expired
N0018913T0174Federal
General Info

Agency

Department of Defense → Navsup Flt Logistics Ctr Norfolk

View Agency

NAICS

561621 - Security Systems Services (except Locksmiths)

View NAICS

Place of Performance

VA

Set-Aside

NONE
Documents(0)

No documents available

AI Contract Breakdown
Uniform Contract Format

No contract breakdown available.

Cannot generate Contract Breakdown because no documents were found from this contract's source.

Timeline
5 updates
PhaseClosed
Amendment 1

Contract was updated

Amendment 2

Contract was updated

Amendment 3

Contract was updated

Amendment 4

Contract was updated

Response Deadline

Deadline has passed

Posted

Combined Synopsis

Amendment 5

Contract was updated

Response Deadline

Ready to pursue this opportunity?

Start your free trial to track this contract, build proposals with AI assistance, and manage your pipeline.

Organization & Contact Information
Show more
AgencyDepartment of Defense → Navsup Flt Logistics Ctr Norfolk
ContactsNo contacts available
OfficeNORFOLK, VA, 23511-3392, USA
Organization / Agency
Department of Defense → Navsup Flt Logistics Ctr Norfolk
View Agency Profile
Office Address

NORFOLK, VA, 23511-3392, USA

Contacts

No contact information available

Similar Contracts

NAICS: 561621
New
State

Access Control and Intrusion Detection Services

The Canada Revenue Agency (CRA) is seeking a contractor to provide parts and labour support—including technical assistance, programming, installation, service, and maintenance—on an as-requested basis for its Integrated Security System (ISS) across Canadian locations. The contract also entails converting remaining sites currently using Digital Security Controls (DSC) and Kantech Access Control systems to a unified Kantech Intrusion/Access Control platform. This contract will initially cover three firm years with four irrevocable one-year extension options, as well as options to purchase additional quantities and to add or remove products and sites. Bidders must submit responsive proposals by the specified deadline through the Canada Post Connect service and adhere to all mandatory criteria to be considered. The contract will be awarded to the responsive bid demonstrating the highest combined rating of technical merit and price. The contract process is open only to Canadian suppliers and applicable trading partners, with Federal Contractors Program employment equity requirements applying. A minimum commitment of $250,000 CAD, inclusive of taxes, must be met over the contract duration, including any extension periods. Security protocols and other detailed requirements are outlined in the bid solicitation, and all inquiries must be directed in writing to the contracting authority.

Canada Revenue Agency

POSTED

1 day ago

DEADLINE

in 6 days

View Details
NAICS: 561621
New
Federal

Access Control System PR Army National Guard, USPFO Bldgs. (s) 540, 769 & 770

The Puerto Rico Army National Guard United States Fiscal & Property Office is seeking the supply, installation, and configuration of an access control system consisting of eleven CAC reader units installed across facilities at Fort Buchanan and Camp Santiago Joint Training Center. The system must include compatible AMAG access control panels, management software capable of integrating all connected devices, power supplies, batteries, and HID PIV card readers with keypads at specified doors. Installation will also cover necessary door hardware and conduit based on door functionality. The contract requires configuration to read all government-issued cards and includes ongoing maintenance. The overall period of performance, including material delivery and acceptance, is set at 120 calendar days. This solicitation is a 100% small business set-aside under NAICS code 561621, with award based solely on the lowest priced quote meeting all government specifications and schedule requirements. The contract will be firm-fixed price, and only new items with manufacturer warranties are accepted. All offerors must be registered in the SAM database and Wide Area Workflow to receive payments. A mandatory site visit will be conducted on March 12, 2026, with strict registration and security requirements for attendance due by March 10. Questions must be submitted by March 17, with responses by March 24, and final offers due by March 27, 2026. The government reserves the right to award without discussions and emphasizes submission of the most advantageous pricing in initial offers. All contractor employees must complete Level I OPSEC training within 10 calendar days of starting work and annually thereafter.

W7PA Uspfo Activity Pr Arng

POSTED

1 day ago

DEADLINE

in 17 days

View Details
NAICS: 561621
New
Federal

353 SOW FM9 ARMAG project 3 - Intrusion Detection System IDS Integration

The contract titled "353 SOW FM9 ARMAG project 3 - Intrusion Detection System IDS Integration" involves the integration of the Intrusion Detection System (IDS) for the 353rd Special Operations Wing (SOW) into the main IDS, adhering strictly to the provided Statement of Work (SOW). The solicitation, issued by the Department of Defense under the agency code FA5270 18 Cons Pk, seeks contractors to perform this technical integration at the Kadena base in Okinawa, Japan. The solicitation was posted on February 10, 2026, with a response deadline of February 21, 2026, at 10:00 AM JST. Interested parties were allowed to submit questions up until February 13, 2026, with official answers issued by the close of business on February 17, 2026. There are no set-aside requirements associated with this solicitation, and the applicable NAICS code is 561621. The contract requires careful adherence to technical specifications as outlined in the SOW to ensure seamless IDS integration. The primary point of contact for this solicitation is Austin A Howton, with a secondary contact being Sandeep Chhugani, both affiliated with the U.S. Air Force. The place of performance is at Kadena Air Base, Okinawa, reflecting a strategic defense installation. This project is critical for enhancing security measures through advanced IDS capabilities within the Special Operations Wing's infrastructure. The solicitation document and updates are accessible via the official government contracting portal SAM.gov.

FA5270 18 Cons Pk

POSTED

1 day ago

DEADLINE

in 6 days

View Details