N063-- Albany VAMC Combined Access Control Addition and Lenel Software Upgrade
Combined Synopsis Solicitation from VETERANS AFFAIRS, DEPARTMENT OF • VETERANS AFFAIRS, DEPARTMENT OF. Place of performance: NY. Response deadline: Apr 03, 2026. Industry: NAICS 541519 • PSC N063.
Market snapshot
Awarded-market signal for NAICS 541519 (last 12 months), benchmarked to sector 54.
Related hubs & trends
Navigate the lattice: hubs for browsing, trends for pricing signals.
Applicable Wage Determinations
SAM WDOL references matched to this opportunity's location and scope language.
View more for this contract3 more WD matches and 91 more rate previews.↓
Point of Contact
Agency & Office
More in NAICS 541519
Description
Description This is a combined synopsis/solicitation for commercial products and commercial services prepared in accordance with the format Revolutionary FAR Overhaul (RFO) in Federal Acquisition Regulation (FAR) subpart 12.202, Streamlined Procedures for Evaluation and Solicitation for Commercial Products and Commercial Services, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested, and a written solicitation document will not be issued. This solicitation is issued as an RFQ. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2026-01 Effective 3/13/2026 This solicitation is set-aside for SDVOSB businesses. The associated North American Industrial Classification System (NAICS) code for this procurement is 541519, with a small business size standard of $34 Million Dollars. The FSC/PSC is 6350. The Albany Stratton VAMC is seeking to purchase PIV-enabled access control hardware on four (4) doors and integrate all components into the existing Lenel OnGuard PACS environment to enhance controlled access, alarm monitoring, and life-safety compliance. All interested companies shall provide quotations for the following: Supplies/Services Line Item Description Quantity Unit of Measure Unit Price Total Price 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 HID SIGNO 40K PIV Reader Door Position Sensors Cylindrical Electrified Lockset w/ RQEe Electric Door Strike Electrified Retracting Panic Device ADA Wave-to Open-Push Button Lenel LNL-1320 Dual Reader Interface Module Altronix ACM4 Access Power Controller 24VDC Power Supply 12 VDC Backup Battery Access Control Cabinet Armored Door Loop Wire Mold Raceway and Fittings Door Drill-Out (Wood) Door Drill-Out (Fire Metal) PACS Install and Wiring Labor Lenel Programming Project Management PIR Request to Exit Sensor with Sounder Access Control Composite Cabling 500' Roll Notifier Strobe low draw Lenel Software Upgrade 4 4 2 2 2 4 2 2 1 4 2 4 4 2 3 48 6 6 2 2 2 1 Ea. Ea. Ea. Ea. Ea. Ea. Ea. Ea. Ea. Ea. Ea. Ea. Ea. Ea. Ea. Ea. Ea. Ea. Ea. Ea. Ea. Ea. STATEMENT OF WORK (SOW) PACS DOOR ACCESS CONTROL PROJECT / UPGRADE LENEL ONGAURD ADV to PRO Albany Stratton VA Medical Center 113 Holland Avenue, Albany, NY 12208 1. Introduction The Albany Stratton VA Medical Center (VAMC) requires enhancements to its Physical Access Control System (PACS) to improve facility security, access accountability, and compliance with VA Handbook 0730, VA Physical Security Design Manual, Federal Interagency Security Committee Risk Management Process Standards, Office of Security and Law Enforcement (OS&LE) and Joint Commission standards. 2. Background and Objective This project will install PIV-enabled access control hardware on four (4) doors and integrate all components into the existing Lenel OnGuard PACS environment to enhance controlled access, alarm monitoring, and life-safety compliance. The Albany Stratton VA Medical Center currently operates a Lenel OnGuard ADV SUSP access control license capped at 256 readers. This threshold has been reached across the medical center and CBOCs, limiting the VA s ability to expand PIV-enabled access control in compliance with Executive Order 14111 and the Interagency Security Committee (ISC) Physical Security Criteria. This limitation poses a compliance risk as VA-controlled facilities are scheduled for Federal Protective Service (FPS) reinspection using the Modified Infrastructure Survey Tool (MIST). Vendor confirmation verifies that the ADV SUSP license cannot exceed 256 readers. An upgrade to Lenel OnGuard PRO is required. 3. Place of Performance All work shall be performed at Albany Stratton VA Medical Center, 113 Holland Avenue, Albany, NY 12208. Work locations include: Room C51-1 Medical Gas Storage Room C52 Bio-Med Emergency Department Circle Entrance VIP Ramp Entrance 4. Period of Performance All work shall be completed within ninety (90) calendar days from the Notice of Award. 5. Scope of Work The contractor shall furnish all labor, materials, equipment, wiring, programming, testing, documentation, and coordination necessary to deliver a fully functional PACS installation integrated into the existing Lenel OnGuard system. The contractor shall furnish all labor, licensing, and coordination necessary to upgrade the existing Lenel OnGuard ADV SUSP license to the PRO license tier. 6. Deliverables The contractor shall provide and install the following: Lenel Software Upgrade deliverables: CLIN 0001 Base Requirement Upgrade Lenel OnGuard software license from ADV SUSP to PRO Includes activation of 64 additional reader licenses Increases total system capacity from 256 to 320 readers Activated Lenel OnGuard PRO license Documentation verifying updated reader capacity Vendor confirmation of successful implementation PACS Installation Deliverables: CLIN 0002 Equipment and Installation Four (4) HID PIV-class dual-frequency readers (SIGNO 40K) Four (4) door position sensors (magnetic contacts) Two (2) cylindrical electrified locksets with integrated Request-to-Exit (RQE) Two (2) electric door strikes Two (2) electrified retracting panic exit devices Four (4) ADA-compliant wave-to-open push buttons Drill-out of one (1) solid wood door Drill-out of one (1) hollow metal fire-rated door Four (4) armored door loops Four (4) surface-mounted wire mold raceways with fittings for concrete walls Two (2) Lenel LNL-1320 Dual Reader Interface Modules Two (2) wall-mounted access control cabinets One (1) 24VDC power supply Two (2) 24VDC backup batteries Two (2) Altronix ACM4 Access Power Controllers, four (4) fused outputs each, Fire Alarm Interface (FAI) capable Two (2) amber door-open indicator lights All equipment shall be new, UL-listed where applicable, and fully compatible with the existing Lenel OnGuard PACS. 7. Door-by-Door Technical Requirements 7.1 Door C51-1 Medical Gas Storage (Basement) Dual hollow metal, fire-rated door. Install reader, cylindrical electrified lockset with RQE, DPS, armored loop, and two amber indicators. Door shall be drilled without recertification. Cabling shall terminate in Room C66. Power provided by Altronix ACM4 #1 serving Doors C51-1 and C52. Alarms shall report to Lenel OnGuard. 7.2 Door C52 Bio-Med Room (Basement) Solid wood door. Install reader, cylindrical electrified lockset with RQE, DPS, and armored loop. Door shall be drilled and cabled to Room C66. Power shared from Altronix ACM4 #1. Lenel LNL-1320 module installed in shared cabinet. 7.3 Emergency Department Circle Entrance (1st Floor D Wing) Glass door with operator. Install reader, electric strike or electrified panic device, DPS, and ADA wave button. Wire to Room D101. Lenel 1320 and power available in room D101. Alarms programmed in Lenel OnGuard. 7.4 VIP Ramp Entrance (1st Floor C Wing) Metal door with panic hardware. Install reader, electrified panic device or strike, DPS, and ADA wave button. Install Lenel LNL-1320 in Room C124c with dedicated cabinet. Power provided by Altronix ACM4 #2. Integrate with existing Lenel LNL-3300 controller. 8. Government-Furnished Property The Government will provide the existing Lenel OnGuard PACS, available controller capacity, network connectivity, existing cable pathways, facility power, and access to work areas. 9. Inspection and Acceptance The VA Contracting Officer s Representative (COR) shall inspect all work upon completion. No invoice shall be processed until all systems are verified operational and formally accepted. System verification confirming a capacity of 320 readers with no disruption to operations. 10. Exclusions Any work not explicitly stated in this Statement of Work is not authorized without written modification from the Contracting Officer. Delivery shall be provided no later than 30 days after receipt of order (ARO).] FOB to Destination. Place of Performance/Place of Delivery Address: Albany Stratton VAMC, 113 Holland Ave Albany, NY Postal Code: 12208 Country: UNITED STATES The full text of FAR provisions or clauses may be accessed electronically at https://www.acquisition.gov/browse/index/far. The following solicitation provisions and clause apply to this acquisition: FAR 52.212-1, Instructions to Offerors Commercial Products and Commercial Services ADDENDUM to FAR 52.212-1 INSTRUCTIONS TO OFFERORS COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES (DEVIATION AUG 2025) Provisions that are incorporated by reference (by Citation Number, Title, and Date), have the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The version of FAR 52.212-1 in the addendum is tailored for Simplified Acquisition Procedures and supersedes the current version of FAR 52.212-1 contained in the FAR. The following provision is incorporated into 52.212-1 as an addendum to this solicitation: 52.212-1 Instructions to Offerors Commercial Products and Commercial Services (DEVIATION AUG 2025) (a) Submission of offers. Submit signed and dated offers to the office specified in this solicitation at or before the exact time specified in this solicitation. As a minimum, offers shall include (1) The solicitation number; (2) The name, address, telephone number of the Offeror; (3) The Offeror s Unique Entity Identifier (UEI) and, if applicable, Electronic Funds Transfer (EFT) indicator; (4) Information necessary to evaluate the factors contained in the provision at 52.212-2 or as described in the solicitation; (5) Responses to provisions that require Offeror completion of information, representations, and certifications (other than those collected via the System for Award Management (SAM)); and (6) A statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation and any solicitation amendments. (b) Period for acceptance of offers. The Offeror agrees to hold the prices in its offer firm for 60 calendar days from the date specified for receipt of offers, unless another time period is specified in an addendum to the solicitation. (c) Late submissions, modifications, revisions, and withdrawals of offers. (1) Offerors are responsible for submitting offers and any modifications or revisions to the Government office designated in the solicitation by the time specified in the solicitation. (2) Any offer, modification, or revision received after the time specified for receipt of offers is late and will not be considered unless it is received before award is made and the Contracting Officer determines that accepting the late offer would not unduly delay the acquisition. However, a late modification of an otherwise successful offer that makes its terms more favorable to the Government will be considered at any time it is received and may be accepted. (3) If an emergency or unanticipated event interrupts normal Government processes so that offers cannot be received at the Government office designated for receipt of offers by the exact time specified in the solicitation, and urgent Government requirements preclude amendment of the solicitation or other notice of an extension of the closing date, the time specified for receipt of offers will be deemed to be extended to the same time of day specified in the solicitation on the first work day on which normal Government processes resume. (4) Offerors may withdraw their offers by written notice to the Government received at any time before award. (d) Contract award (not applicable to Invitation for Bids). The Government intends to evaluate offers and award a contract without discussions with Offerors. Therefore, the Offeror s initial offer should contain the Offeror s best terms. However, the Government reserves the right to conduct discussions, if necessary. The Government may reject any or all offers if such action is in the public interest, accept other than the lowest offer, and waive informalities and minor irregularities in offers received. (e) Debriefings. If a post award debriefing is given to requesting Offerors, the Government will disclose the following information, if applicable: (1) The agency s evaluation of the significant weak or deficient factors in the debriefed Offeror s offer. (2) The overall evaluated cost or price and technical rating of the successful Offeror and the debriefed Offeror and past performance information on the debriefed Offeror. (3) The overall ranking of all Offerors when any ranking was developed by the agency during source selection. (4) A summary of the rationale for award. (5) For acquisitions of commercial products, the make and model of the product to be delivered by the successful Offeror. (6) Reasonable responses to relevant questions posed by the debriefed Offeror as to whether the agency followed source-selection procedures set forth in the solicitation, applicable regulations, and other applicable authorities. All quotes shall be sent to: Barry.Sawyer@va.gov Award will be based upon a comparative evaluation of quotes in accordance with the Simplified Acquisition Procedures of RFO FAR 12. FAR 52.212-2 Evaluation-Commercial Products and Commercial Services: In accordance with RFO FAR 12.201-1 and FAR 12.201-2 when appropriate, the contracting officer may (1) Insert the provision at 52.212-2, Evaluation-Commercial Products and Commercial Services, in solicitations for commercial products or commercial services. The following are the decision factors: Price, past performance, technical, warranty/extended warranty, product support, speed of delivery. NOTE: RFO FAR 52.212-3 is RESERVED and replaced with:www.sam.gov registration is required to be complete at time of submission of response.] Offerors must complete annual representations and certifications electronically via the System for Award Management (SAM) website located at https://sam.gov/. FAR 52.212-4, Contract Terms and Conditions Commercial Products and Commercial Services DEVIATION OCT 2025 "The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following:" Quoters shall list exception(s) and rationale for the exception(s), if any. Submission of your response shall be received not later than [16:00 pm EST] at Barry,Sawyer@VA.gov. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(C). Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to the Point of Contact listed below. Point of Contact: Barry Sawyer Barry.Sawyer@va.gov 585-500-9196.
Files
Files size/type shown when available.
BidPulsar Analysis
A practical, capture-style breakdown of fit, requirements, risks, and next steps.
FAQ
How do I use the Market Snapshot?
It summarizes awarded-contract behavior for the opportunity’s NAICS and sector, including a recent pricing band (P10–P90), momentum, and composition. Use it as context, not a guarantee.
Is the data live?
The signal updates as new awarded notices enter the system. Always validate the official award and solicitation details on SAM.gov.
What do P10 and P90 mean?
P10 is the 10th percentile award size and P90 is the 90th percentile. Together they describe the typical spread of award values.