N063--PIV Card Reader Replacement SB Set-Aside
ID: 36C10D24Q0270Type: Solicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OFVETERANS BENEFITS ADMIN (36C10D)WASHINGTON, DC, 20006, USA

NAICS

Security Systems Services (except Locksmiths) (561621)

PSC

INSTALLATION OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS (N063)
Timeline
    Description

    The Department of Veterans Affairs is seeking qualified contractors to replace existing Innometriks PIV card readers at the St. Louis Regional Office, totaling 83 units, under a Firm-Fixed Price contract. The project requires the provision of labor, materials, transportation, and the integration of new readers into the existing CCure 9000 security system, with a completion timeline of 90 days. This initiative is crucial for maintaining secure access control within federal facilities, ensuring compliance with stringent security and operational standards. Interested vendors should contact Contract Specialist Joshua N. Gallien at Joshua.Gallien@va.gov for further details and to submit proposals.

    Point(s) of Contact
    Joshua N GallienContract Specialist
    Joshua.Gallien@va.gov
    Files
    Title
    Posted
    The Presolicitation Notice details an upcoming procurement opportunity for the replacement of PIV Card Readers, set aside for Small Business Administration (SBA) firms. The solicitation number is 36C10D24Q0270, and responses are due by August 28, 2024, at 3:15 PM Eastern Time. The project will be performed for the Department of Veterans Affairs at their Acquisitions Division located in St. Louis, Missouri, with the contracting office based in Washington, D.C. The relevant product service code is N063, and the North American Industry Classification System (NAICS) code is 561621. The solicitation will be made available shortly after this notice, and interested parties are encouraged to reach out to the designated point of contact, Joshua Gallien, via email for inquiries. This notice reflects the government's initiative to engage small businesses for specialized procurement, ensuring competitive opportunity within the federal contracting landscape. Overall, the document serves as a formal notice of a forthcoming solicitation specifically targeting small business contractors in the sector.
    The document outlines various requests for proposals (RFPs) and federal grants aimed at enhancing public infrastructure, community services, and local agency capabilities. It emphasizes the importance of collaborative efforts among federal, state, and local governments to address pressing needs in the community. A particular focus is placed on clear objectives, expected outcomes, and compliance with regulations to ensure successful project implementation. The structure of the document supports comprehensive guidelines for potential applicants, detailing eligibility requirements, application procedures, funding priorities, and evaluation criteria. Supporting details highlight the significance of maintaining transparency and accountability in the funding processes. The overarching purpose is to provide a framework for improving societal welfare through targeted investments and strategic partnerships, ultimately fostering sustainable development within communities.
    The Department of Veterans Affairs' St. Louis Regional Office seeks to replace all existing Innometriks card readers, totaling 83 units, in a Firm-Fixed Price contract. The project includes labor, materials, transportation, and integration of new readers into the existing CCure 9000 security system, with three spare units provided. Work is to be completed within 90 days, conforming to specific quality and security standards, including warranty and training for VA staff. Contractor personnel must undergo background investigations and adhere to federal security regulations. The document outlines the scope of work, including equipment specifications, warranty requirements, and contractor responsibilities, emphasizing compliance with safety codes. The contractor is required to address warranty issues promptly and ensure all readers function optimally post-installation. This RFP reflects the government's commitment to maintaining secure facilities and ensuring that all work conducted complies with federal standards and policies. Changes to the Statement of Work must be authorized in writing by the Contracting Officer.
    The VA Handbook 6500.6, Appendix C outlines comprehensive security and privacy requirements for contractors working with the Department of Veterans Affairs (VA). It mandates that all contractors adhere to federal laws and VA directives regarding information security, including the need for background checks and the proper handling of sensitive information. Contractors must ensure that access to VA information systems is limited to authorized personnel and used strictly for contract purposes. The document details protocols for safeguarding VA data, including encryption and secure storage practices, guidance on software development and system operation, and requirements for incident reporting and breach notification. Additionally, it emphasizes the necessity of training for contractor employees on VA security protocols. In case of a data breach, contractors are liable for damages, including providing credit monitoring services to affected individuals. The document serves as a regulatory framework to ensure that all interactions with VA information systems maintain the highest levels of security and compliance to protect veteran data and privacy.
    The document outlines the specifications for an Access Control System installation at the Charles F. Prevedel Federal Building in St. Louis, Missouri. Created on March 11, 2016, with as-built drawings finalized on November 30, 2016, it emphasizes the importance of coordination between various parties, including architects, engineers, electrical contractors, and the end users to ensure the effective implementation of the system. It references the latest door hardware details from Construction Bulletin 005 dated July 29, 2015, and lists services to be provided by others, including rough-ins, network and fire alarm drops, as well as power provisions. The document serves as a guide for the collaborative construction process while establishing clear expectations for parties involved in the project, ultimately ensuring compliance with security and operational standards in federal facilities.
    The Past Performance Questionnaire (PPQ) is a critical document designed for evaluating vendors during the procurement process for the RFQ 36C10D24Q0270 focused on PIV Card Installation. It is structured into three parts: vendor identification, evaluation criteria, and return information. Vendors are requested to provide detailed background on their performance, including contractual specifics, experience, and key personnel. Evaluators must rate contractors across various performance elements, including quality of service, timeliness, business relations, management of key personnel, compliance with regulations, cost management, and other contractual considerations. Each performance element is rated on a scale from Outstanding to Unsatisfactory, ensuring comprehensive feedback. The questionnaire aims to gather factual and complete responses to facilitate informed decision-making in contract awards. The final assessment includes overall performance ratings and inquiries about the contractor's reliability and past efforts. Ultimately, the document underscores the importance of thorough evaluations to maintain standards and support accountability in federal contracting.
    The document outlines the framework and process for soliciting proposals through federal and state grant opportunities, specifically focusing on Requests for Proposals (RFPs). It details the criteria for eligibility, application guidelines, and evaluation procedures that organizations must adhere to when seeking funding. Key ideas include the objective of fostering innovations that address community needs and the emphasis on transparency and accountability in the distribution of federal funds. Supporting details highlight the timeline for submission, the importance of collaboration among stakeholders, and the requirements for reporting on project outcomes. Additionally, the document stresses the need for proposals to align with federal priorities and demonstrate potential for significant impact. Overall, the document serves as a comprehensive guide for applicants to understand the necessary steps to secure funding through competitive processes, reinforcing the government's commitment to effectively allocate resources that support public initiatives and improvements.
    Lifecycle
    Similar Opportunities
    Z1DZ--556-23-107: (CON) Campus-Wide Rekeying and PACS
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking contractors for the Campus-Wide Rekeying and Physical Access Control Systems (PACS) project at the Captain James A. Lovell Federal Health Care Center in North Chicago, Illinois. The project involves upgrading access control for three domiciliary buildings and the VCS Canteen area, which includes the installation of new card readers, door hardware, and control panels, all to be completed within 180 days from the Notice to Proceed (NTP). This solicitation is a 100% set-aside for Service-Disabled Veteran Owned Small Businesses (SDVOSB), and eligible bidders must be certified through the Veteran Small Business Certification database. The official solicitation will be posted on SAM.gov around September 3, 2024, and interested parties should ensure they are registered in the System for Award Management (SAM) for consideration. For further inquiries, contact Ryan McMillin at ryan.mcmillin@va.gov or Hudell Ballen at hudell.ballen@va.gov, with an estimated contract value between $1,000,000 and $2,000,000.
    36C25524Q0379 Physical Security Upgrades EKHCS
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for the contract titled "36C25524Q0379 Physical Security Upgrades EKHCS," aimed at enhancing physical security systems at the Eastern Kansas Health Care System, specifically in Leavenworth and Topeka, Kansas. The project involves the installation of security cameras and intercoms, with a focus on improving outdoor video surveillance and securing executive leadership offices, in response to rising safety concerns. This initiative underscores the importance of robust security measures within healthcare facilities, ensuring the safety of both staff and patients. Interested Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) must submit their proposals by September 20, 2024, at 3 PM CST, and can direct inquiries to Contract Specialist Sue Miller at susan.miller99@va.gov or by phone at 913-946-1958.
    N063--CAVHS CBOC Security Cameras
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors to install a stand-alone Security Surveillance Camera System across eight Community Based Outpatient Clinics (CBOCs) in Arkansas, as part of a Sources Sought Notice issued by the Central Arkansas Veterans Healthcare System (CAVHS). The project aims to enhance security by integrating a system compatible with the existing Velocity Vision software, ensuring effective data storage and retrieval for incident investigations by VA Police. Contractors are required to provide all necessary labor, tools, materials, and equipment while adhering to VA regulations, including the installation of CAT6A cabling and compliance with specific security design manuals. Responses to this Request for Information (RFI) are due by 11:00 AM CST on September 20, 2024, and interested parties should direct inquiries to Contracting Specialist Joseph Warren at joseph.warren@va.gov.
    R430--Unarmed security contract l KCVA
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking qualified vendors to provide unarmed security services for the Honor Annex located in Kansas City, Missouri. The contract requires the provision of one uniformed security officer to ensure facility security during business hours from 1600 to 0800 on weekdays, as well as 24-hour coverage on weekends and federal holidays, totaling approximately 6,774 hours annually. This initiative underscores the VA's commitment to maintaining a secure environment for its facilities and ensuring that qualified vendors can meet these essential service requirements. Interested parties must submit their capabilities and relevant information via email to Sue Miller at susan.miller99@va.gov by October 3, 2024, at 1500 CST, as this notice serves solely for planning purposes and does not constitute a solicitation.
    Cordless BCMA Firmware Scanners
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for the procurement of Cordless BCMA Firmware Scanners for the Marion VA Medical Center in Marion, Illinois. This opportunity is a 100% Small Business Set-aside, requiring bidders to provide 50 units that comply with specific technical standards, including FIPS 140-2, and to adhere to strict delivery timelines and warranty provisions. The procurement aims to enhance the VA's technological capabilities while ensuring compliance with federal acquisition guidelines. Interested vendors must submit their proposals by September 23, 2024, and can direct inquiries to Cory Rosene at cory.rosene@va.gov or Teresa Cabanting at teresa.cabanting@va.gov.
    692-CSI-101 New MRI Site Prep
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking contractors for the "692-CSI-101 New MRI Site Prep" project, which involves site preparation for new MRI installations at the White City SORCC and Portland VA Medical Center in Oregon and Washington. The project requires extensive civil work, including site grading, utility adjustments, and the installation of modular MRI units, with a focus on adhering to safety and environmental regulations. This procurement is critical for enhancing medical imaging capabilities at the VA facilities, ensuring that veterans receive timely and effective healthcare services. Interested contractors should contact Meredith F. Valentine at Meredith.Valentine@va.gov or Helen Woods at Helen.Woods@va.gov, with proposals due by September 20, 2024, following organized site visits.
    7A21--IVC - Site Scheduling Tool (VA-24-00045496)
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for the acquisition of a Site Scheduling Tool, identified as IVC - VA-24-00045496, under solicitation number 36C10B24Q0315. The primary objective is to procure a robust software solution that facilitates efficient scheduling of conference rooms and cubicles, integrating seamlessly with MS Outlook Exchange and adhering to VA security protocols, including FedRAMP authorization. This procurement is a total small business set-aside, emphasizing the VA's commitment to supporting small enterprises in delivering technology solutions that enhance service delivery. Interested vendors should contact Contracting Officer Peter T. Lewandowski at Peter.Lewandowski@va.gov or 512-981-4474 for further details, with proposals due by the specified deadlines for evaluation based on technical merit and price reasonableness.
    Police Security Systems/ Surveillance & Maintenance Services
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking sources for monitoring and maintenance services related to security systems at the El Paso VA Health Care System (EPVAHCS). The procurement aims to engage small businesses, particularly those owned by service-disabled veterans or socio-economically disadvantaged groups, to provide 24/7 monitoring, troubleshooting, preventive maintenance, and system updates for access control systems, motion intrusion systems, and surveillance cameras. This initiative underscores the VA's commitment to enhancing security measures while promoting inclusivity in the procurement process. Interested vendors can reach out to Stephanie Reeves at stephanie.reeves@va.gov or call 254-271-7853 for further details regarding the solicitation number 36C25724Q1005.
    Cordless BCMA Firmware Scanners
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, specifically the Network Contracting Office 15, is seeking quotes for the procurement of Cordless BCMA Firmware Scanners intended for VISN 15. This requirement falls under the NAICS Code 334118, which pertains to Computer Terminal and Other Computer Peripheral Equipment Manufacturing, and is designated as a Firm-Fixed Price, FOB Destination contract, fully set aside for small businesses. The procurement is critical for enhancing the efficiency of healthcare services provided to veterans, ensuring accurate medication administration through advanced scanning technology. Interested vendors should monitor the posting for the Request for Quotes (RFQ), which is expected to be released on or about September 17, 2024, with quotes due by September 23, 2024, at 11:00 AM CST. For inquiries, contact Cory Rosene at cory.rosene@va.gov or Teresa Cabanting at teresa.cabanting@va.gov.
    5340--Replace Fire Rated Doors - MPLS
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified service-disabled veteran-owned small businesses (SDVOSB) to provide fire-rated doors for the Minneapolis VA Health Care System. This procurement, identified by solicitation number 36C26324Q01120, is conducted under Simplified Acquisition Procedures (FAR Part 13) and aims to replace essential fire-rated doors, with a contract period from December 1, 2024, to May 30, 2025. Interested contractors must be registered in the System for Award Management (SAM) and the Vendor Information Page (VIP) at the time of bid submission, ensuring compliance with the NAICS code 332321, which has a size standard of 750 employees. Quotes are due by 1:00 PM on September 27, 2024, and technical inquiries must be submitted by 1:00 PM on September 20, 2024, to the Contract Specialist, Robert Bennett, at robert.bennett8@va.gov. A site visit is scheduled for September 23, 2024, for contractors to inspect the project site.