J063--CCure PACS License and CCTV Maintenance Services
ID: 36C25925Q0273Type: Combined Synopsis/Solicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OFNETWORK CONTRACT OFFICE 19 (36C259)Greenwood Village, CO, 80111, USA

NAICS

Security Systems Services (except Locksmiths) (561621)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS (J063)

Set Aside

Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14) (SDVOSBC)
Timeline
    Description

    The Department of Veterans Affairs is soliciting proposals for maintenance and licensing services related to the CCure Physical Access Control System (PACS) and Closed-Circuit Television (CCTV) systems at the VHA Member Services facility in Atlanta, Georgia. This procurement is specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and includes a firm fixed-price contract with a base year and one optional year, totaling an award amount of $25 million. The contractor will be responsible for providing essential services such as emergency repairs, software licensing, and system updates, ensuring operational reliability and security for the facility's access control systems. Proposals are due by 2:00 PM on March 12, 2025, and must be submitted to Contract Specialist Jim Lewis, who can be contacted at james.lewis114fbb@va.gov or 303-712-5840 for any inquiries.

    Point(s) of Contact
    Jim LewisContract Specialist
    (303) 712-5840
    james.lewis114fbb@va.gov
    Files
    Title
    Posted
    The Department of Veterans Affairs (VA) is soliciting quotations for maintenance and licensing services related to CCure PACS and CCTV systems, specifically targeting Service Disabled Veteran Owned Small Businesses (SDVOSB). This procurement falls under a firm fixed-price contract with a Base Plus 1 Option Year. The solicitation number is 36C25925Q0273, and all proposals must be submitted by 2:00 PM on March 12, 2025, to Contract Specialist Jim Lewis. Proposals must include a detailed narrative confirming understanding of requirements and qualifications, including proof of being an authorized dealer for the CCure 9000 system and necessary technician certifications. The evaluation process will prioritize both pricing and technical merit, with price not being the sole determining factor. Offers must comply with specific standards to be eligible for contract award, and the government reserves the right to reject all submissions if they do not meet criteria. All queries must be directed to Jim Lewis by March 7, 2025, emphasizing that only emailed submissions will be accepted.
    The document serves as a solicitation from the Department of Veterans Affairs (VA) for providing maintenance and licensing services for the CCure Physical Access Control System (PACS) and Closed-Circuit Television (CCTV) systems at the VHA Member Services facility in Atlanta, Georgia. The contract covers one base year and one optional year, with a total award amount of $25 million. The contractor must deliver services including emergency repairs, software licensing, and system updates as outlined in the Performance Work Statement (PWS). The set-aside for service-disabled veteran-owned small businesses (SDVOSB) applies to this solicitation, with specific compliance requirements regarding subcontracting and performance measures. Key dates include the proposal due date of March 12, 2025, with the effective contract period beginning on March 24, 2025. The document emphasizes quality assurance, vendor qualifications, and adherence to VA security and privacy requirements, ensuring operational reliability and security for the facility's access control systems.
    The VAAR 852.219-75 document outlines the limitations on subcontracting for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) and Veteran-Owned Small Businesses (VOSBs) involved in government contracts, as mandated by 38 U.S.C. 8127. It specifies that contractors must retain the majority of work, paying no more than 50% for services, 85% for general construction, and 75% for special trade construction to firms not certified by the SBA. Any further subcontracting by certified firms counts towards these limits. The contractor must provide compliance evidence to the VA and can face penalties for falsification or non-compliance, including legal actions. Moreover, contractors must complete and submit a certification statement along with their proposals, and failure to do so will render them ineligible for contract awards. This document emphasizes the government's commitment to supporting veteran-owned businesses through stringent compliance requirements.
    The document outlines vendor inquiries related to a government RFP, specifically addressing questions about system IDs and site visit opportunities. It specifies two HID system IDs associated with the CCure system (HW9D93Q and G7RV22Q) and identifies the Exaq Vision system version number (24.03.5.0). Additionally, it confirms that an optional site visit is available for vendors to assess existing systems, with a deadline of March 7, 2025, for completion. Interested vendors are directed to contact Facility Operations Specialist Gerald Smarr for further information. This summary reflects the procedural aspects and important details relevant to vendor participation in the solicitation process, highlighting the emphasis on communication and compliance within government procurement practices.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    DA10--Telephonic & Remote Software Support Services | Base Plus Four Option Years POP: 04/01/2025 - 03/31/2030
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for telephonic and remote software support services for the C-Cure 9000 security system at the George E. Wahlen Medical Center in Salt Lake City, Utah. The contract will cover a base year from April 1, 2025, to March 31, 2026, with four additional one-year options, and aims to provide comprehensive support including software troubleshooting, upgrades, and assistance for authorized dealers. This procurement is critical for enhancing operational efficiency within the Veterans Affairs system, ensuring continuous 24/7 support with initial response times within two hours. Interested contractors must submit their proposals by March 14, 2025, with a total funding allocation of $47 million, and can direct inquiries to Contract Specialist Thomas Parsons at thomas.parsons2@va.gov or by phone at 918-577-3532.
    Project Name: PACS and Panic Alarm Installations; Project Number: 327VB3039/28; Station Location: Louisville, Kentucky, VARO; Project Locations: Bowling Green, Kentucky and Fort Knox, Kentucky, Out-Based Facilities
    Buyer not available
    The Department of Veterans Affairs is preparing to issue a Request for Quotation (RFQ) for the installation of a Physical Access Control System (PACS) and the replacement of a Panic Alarm System at facilities in Bowling Green and Fort Knox, Kentucky. This project aims to enhance security measures at the Veterans Affairs Regional Office (VARO) and is specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), with an estimated contract value ranging from $100,000 to $250,000. Interested vendors must be verified SDVOSBs listed in the Small Business Administration's Dynamic Small Business Search database and registered in the System for Award Management (SAM). Quotations are due by April 8, 2025, and further details will be available on SAM.gov upon the issuance date. For inquiries, contact Dirk Kelley at Dirk.Kelley@va.gov.
    Project Name: PACS and Panic Alarm Installations; Project Number: 327VB3039/28; Station Location: Louisville, Kentucky, VARO; Project Locations: Bowling Green, Kentucky and Fort Knox, Kentucky, Out-Based Facilities
    Buyer not available
    The Department of Veterans Affairs is soliciting bids for the installation of a Physical Access Control System (PACS) and the replacement of a Panic Alarm System at facilities in Bowling Green and Fort Knox, Kentucky. This project, designated as RFQ 36C10D25Q0057, is specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) and has an estimated budget between $100,000 and $250,000. The work includes installing PACS hardware, integrating alarms, and ensuring compliance with federal safety and environmental regulations, with a completion timeline of 90 days. Interested contractors must submit their proposals, including past performance records and compliance certifications, by April 8, 2025, and can contact Dirk Kelley at Dirk.Kelley@va.gov for further information.
    J063--Security Camera System Maintenance Services
    Buyer not available
    The Department of Veterans Affairs is seeking to award a sole source contract for Security Camera System Maintenance Services at the VA Providence Healthcare System in Rhode Island. This procurement is aimed at ensuring the ongoing functionality and reliability of security camera systems, which are critical for maintaining safety and security within the facility. The contract falls under the Product Service Code J063 and the NAICS code 561621, and it is important to note that this notice serves to inform the public of the procurement intention rather than a solicitation. Interested parties can direct inquiries to Contract Specialist Paula Doerfler at Paula.Doerfler@va.gov, with a deadline for inquiries set for March 7, 2025, at noon Eastern Time.
    DA10-- Rauland - Responder 5 Nurse Call System Application software support service -
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for an annual software support and maintenance contract for the Rauland Responder 5 Nurse Call System, specifically for the Audie L. Murphy Memorial Veterans Hospital in San Antonio, Texas. The contract requires the selected contractor to provide comprehensive technical support, including troubleshooting assistance within one hour of a request, available 24/7 throughout the year, with a base performance period from April 1, 2025, to March 31, 2026, and four optional renewal periods. This procurement is crucial for maintaining effective communication systems that support healthcare services for veterans, ensuring operational readiness and high standards of care. Interested parties, particularly Veteran-Owned Small Businesses, must submit their bids by March 11, 2025, and can contact Contract Specialist Justin Daniel at justin.daniel@va.gov for further information.
    Y1DA--508-22-105 | 6th Floor CLC 16-Bed Bldg. C
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for the renovation of the 6th floor at the Joseph Maxwell Cleland VA Medical Center in Decatur, Georgia, to establish a 16-bed Short Stay Community Living Center (CLC). This project, valued between $5 million and $10 million, is exclusively set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) and requires comprehensive proposals that include past performance, safety records, and pricing details. The renovation aims to enhance healthcare services for veterans by modernizing the facility, ensuring compliance with safety and infection control standards, and completing the work within a 500-day performance period. Interested contractors should contact Ryan Crispin at ryan.crispin@va.gov for further details and must submit their proposals electronically by the specified deadline.
    J012--Fire Alarm and Sprinkler System Maintenance Testing, and Inspection
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for the maintenance, testing, and inspection of fire alarm and sprinkler systems at the Michael E. DeBakey VA Medical Center in Houston, Texas. This procurement is specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) and includes a Firm-Fixed Price contract with a base period from March 14, 2025, to September 30, 2025, along with four optional one-year extensions. The services required are critical for ensuring compliance with safety standards and protecting the well-being of veterans and staff within the facility. Interested contractors must submit their proposals by February 28, 2025, with a site visit scheduled for February 20, 2025, and should direct any inquiries to Contract Specialist Tiffany Burks at tiffany.burks@va.gov or (601) 206-6945.
    Armored Car Services - Augusta VAMC
    Buyer not available
    The Department of Veterans Affairs is seeking qualified contractors to provide armored car services for the Charlie Norwood VA Medical Center in Augusta, Georgia. The selected vendor will be responsible for weekly cash pick-ups and deposits for the Agent Cashier's Office and the Veterans Canteen Service, with services scheduled on Mondays, Wednesdays, and Fridays, excluding federal holidays. This procurement is crucial for ensuring secure and timely financial transactions for Veterans, with an expected total award amount of approximately $43 million over an initial one-year term starting June 1, 2025, and four option years for extension. Interested parties should direct inquiries to Jacob A. Tackett at Jacob.Tackett@va.gov or call 706-469-0691, and note that the deadline for submitting offers has been extended to March 7, 2025, at 2:00 PM EST.
    CCTV MAINTENANCE AND SERVICES
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, intends to award a sole source contract for CCTV maintenance and services to INTER-PACIFIC, INC. This procurement is aimed at fulfilling the agency's requirements for the installation and repair of security systems, which are critical for maintaining operational integrity and safety. The contract will be executed under Simplified Acquisition Procedures, with a total business size threshold of $25 million, and is expected to be effective from September 30, 2024, to September 29, 2025. Interested parties may submit capability statements to Rebeca Ruji at rebeca.ruji.tz@us.af.mil by September 26, 2024, for consideration of potential competition, although the final decision on competitive procurement rests solely with the government.
    6515--Equipment - Albany VA Patient Monitors (VA-25-00038703)
    Buyer not available
    The Department of Veterans Affairs (VA) is seeking bids for the procurement of a Philips Patient Monitoring System, including necessary system upgrades, through a presolicitation notice (36C24225Q0386). This contract is specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) and will be awarded as a Firm-Fixed Price contract, with an estimated value above the simplified acquisition threshold. The procurement emphasizes the need for new Original Equipment Manufacturer (OEM) items only, ensuring that vendors provide verification of their authorized dealership status to maintain the quality of healthcare equipment for Veterans. Interested vendors must be registered in the System for Award Management (SAM) and the Vendor Information Page (VIP) at the time of offer, with the solicitation expected to be released around March 17, 2025. For inquiries, vendors should contact Contract Specialist LaTriece Bruce via email at latriece.bruce@va.gov, as telephone inquiries will not be accepted.