Notice of Intent: PAM Modules
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 U.S. Department of Health and Human Services (HHS), Indian Health Service (IHS) Great Plains Area, intends to award a firm-fixed-price sole source contract for the upgrade and modernization of Lenel Physical Access Control Systems (PACS) across fifteen (15) IHS facilities in North and South Dakota. This effort ensures compliance with HSPD-12 and FIPS 201-3. The Government seeks capability statements from LenelS2 authorized and certified contractors by April 29, 2026.
Purpose & Objective
The primary purpose is to achieve compliance with Homeland Security Presidential Directive 12 (HSPD-12) and Federal Information Processing Standard (FIPS) 201-3, while modernizing physical security infrastructure. This upgrade will replace obsolete Lenel hardware, implement HID Signo PIV readers and Lenel PIV authentication licenses, eliminate PAM dependency, and enable direct Federal Bridge connectivity. These actions are critical for safeguarding federal facilities, patients, staff, and sensitive information, ensuring standardized and secure access control.
Scope of Work
The contractor shall provide all labor, materials, equipment, and supervision to:
- Replace existing Lenel controllers (X4420 and 1320-S3 models) with current-generation models.
- Remove and replace 134 existing HID PIV readers with new HID Signo PIV readers.
- Provide and install Lenel PIV authentication licenses.
- Configure systems within the existing Lenel OnGuard platform.
- Migrate existing cardholder data and permissions.
- Perform full system integration, testing, and validation, ensuring compliance with applicable federal and industry standards (e.g., NIST SP 800-116r1, TIA/EIA 568, NEC).
- Work will be performed across fifteen (15) IHS facilities in North Dakota and South Dakota, including hospitals and health centers.
Contract Details
- Opportunity Type: Special Notice (Notice of Intent to Award Sole Source)
- Authority: FAR 6.302-1 (Only One Responsible Source), FAR 12.201-1 (Acquisition of Commercial Products)
- NAICS Code: 541519 (Software installation services, computer)
- PSC Code: 7G21 (IT and Telecom - network: digital network products)
- Period of Performance: Six (6) months from contract award.
- Place of Performance: Fifteen (15) IHS facilities in the Great Plains Area (North Dakota and South Dakota).
- Set-Aside: None specified.
Justification for Sole Source
The Government intends to award this requirement to a contractor authorized and certified by LenelS2. This is due to the existing infrastructure's reliance on the proprietary Lenel OnGuard system, which requires manufacturer-specific hardware, software licenses, and certified technicians with access to proprietary technical data. Award to any other source would pose unacceptable risks, including system incompatibility, security vulnerabilities, operational disruption, and failure to meet federal compliance requirements.
Submission Information
This notice is for informational purposes only and is not a request for competitive quotes. However, any responsible source believing it can meet the requirement may submit a capability statement. Statements must demonstrate the ability to:
- Provide authorized LenelS2 hardware and software.
- Perform full system integration within existing Lenel OnGuard environments.
- Meet HSPD-12 and FIPS 201-3 compliance requirements.
- Provide certified technicians with relevant experience. Capability statements must be submitted via email to Erin.Doering@ihs.gov within five (5) calendar days from the publication date (by April 29, 2026).
Point of Contact
Erin Doering (Contract Specialist) Email: Erin.Doering@ihs.gov