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
ID: 36C10D25Q0057_1Type: Solicitation
Overview

Buyer

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

NAICS

Electrical Contractors and Other Wiring Installation Contractors (238210)

PSC

REPAIR OR ALTERATION OF OTHER ADMINISTRATIVE FACILITIES AND SERVICE BUILDINGS (Z2AZ)

Set Aside

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

    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. The project requires contractors to provide labor, materials, and supervision, with a budget estimated between $100,000 and $250,000, and a completion timeline of 90 days for the PACS installation. This initiative is crucial for enhancing security measures at veteran facilities, ensuring compliance with federal regulations and safety standards. Interested Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) 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.

    Point(s) of Contact
    Files
    Title
    Posted
    The Department of Veterans Affairs (VA) is soliciting bids through a Request for Quotations (RFQ 36C10D25Q0057) for the installation of a Physical Access Control System (PACS) in Bowling Green, Kentucky, and the removal and replacement of a Panic Alarm System in Fort Knox, Kentucky. This RFQ is a total set-aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) with a budget estimated between $100,000 and $250,000. The project will require contractors to provide labor, materials, and supervision for the installations and ensure compliance with specific federal regulations. Key tasks at the Bowling Green facility include installing PACS hardware, integrating alarms with the existing system, and adhering to a strict timeline of 90 days for completion. In Fort Knox, contractors will replace outdated panic alarms and ensure systems are connected for monitoring. The RFQ outlines specific documentation requirements such as safety plans, past performance records, and compliance certifications, all of which must be submitted by April 8, 2025. The VA emphasizes rigorous compliance with safety standards, quality assurance, and environmental regulations throughout the project's duration, highlighting its commitment to security and safety for veteran facilities.
    The document pertains to an amendment made to Solicitation Number 36C10D25Q0057, issued by the Department of Veterans Affairs for the Physical Access Control System (PACS) and Panic Alarm Installations project at two out-based facilities in Kentucky. The amendment, issued on February 28, 2025, includes the incorporation of a Brand Name Justification as required by Federal Acquisition Regulation (FAR) 5.102(a)(6). Offerors and bidders are instructed to acknowledge receipt of this amendment to ensure their offers are considered valid. The document also details the structure of the amendment, identifying roles and responsibilities of the contracting officer, Dirk Kelley, and provides specific instructions for compliance regarding submission of offers. The amendment signifies the government's ongoing efforts to enhance security systems for its facilities, reflecting a structured and regulatory approach typical in federal contracting processes.
    The Department of Veterans Affairs seeks approval for a contract to install a Physical Access Control System (PACS) at its Bowling Green, Kentucky facility and to replace a Panic Alarm System at Fort Knox, Kentucky. This acquisition will follow simplified procedures as mandated by FAR Part 13, with a total cost not exceeding $250,000. The need for brand-specific equipment is highlighted, particularly for the Milestone Video Server and Digital Monitoring Products (DMP) Alarm System, which are critical for compatibility with existing systems and federal standards. Market research identified eligible Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) for a total set-aside, ensuring compliance with VA contracting preferences. This contract is deemed a bona fide need of the VA, and the acquisition is certified to be accurate and complete by both the Chief of Support Services and the Contracting Officer. Overall, the document outlines the justification for the acquisition while ensuring adherence to federal and VA regulations, emphasizing the urgency and necessity for these security improvements.
    The VAAR 852.219-75 outlines the requirements for compliance with limitations on subcontracting for contracts involving services and construction awarded under the Department of Veterans Affairs (VA). Offerors must certify that they will not pay more than 50% (for services), 85% (for general construction), or 75% (for special trade construction) of the contract amount to firms that are not certified Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) or Veteran-Owned Small Businesses (VOSBs). The document emphasizes the consequences of non-compliance, including referral to the VA Suspension and Debarment Committee and potential criminal penalties. Offerors are required to provide evidence of compliance through records and documents upon request and must complete the certification section, which is mandatory for bid consideration. This regulation aims to ensure that a significant portion of government contracts is awarded to veteran-owned businesses, promoting their participation in federal procurements.
    The Past Performance Questionnaire (PPQ) pertains to Solicitation Number 36C10D25Q0057 for PACS and Panic Alarm Installations, seeking evaluations of contractor performance for federal contracts. The document gathers detailed information from vendors regarding their past contracts, including contractor details, performance evaluations, and contact information of evaluators. The evaluation is structured around seven performance elements: Quality of Service, Timeliness of Service, Business Relations, Management of Key Personnel, Compliance with Environmental, Safety, Health, and Security Requirements, Cost Management, and Contractual Considerations. Each element is assessed through a rating system from Exceptional to Unsatisfactory. Evaluators must provide insights on specific performance aspects and may include notes on deficiencies or mitigating factors. The purpose of the PPQ is to ensure contractors are evaluated based on factual, accurate performance data, aiding in the decision-making process for awarding contracts. The completion of the questionnaire is fundamental in assessing a contractor’s suitability and reliability for future federal opportunities, ultimately helping streamline the procurement process while ensuring compliance with regulatory standards.
    This document appears to be a structured set of inquiries, presumably part of a larger Request for Proposals (RFP) or federal grants process. The questions, numbered from 1 to 25, suggest a comprehensive evaluation framework aimed at assessing various aspects of proposal submissions. Key areas likely covered include project objectives, budget considerations, timelines, experience qualifications, and expected outcomes, although the specific content of each question is not provided. The uniform numbering indicates a systematic approach to gathering detailed information from potential respondents. This format is typical in governmental procurement processes, aimed at ensuring a fair and transparent selection of proposals that align with federal and state/local program goals. The emphasis may be on accountability, efficacy, and compliance with established guidelines. Overall, the document serves as a vital tool in the RFP lifecycle, directing applicants to provide necessary details for proper evaluation.
    Similar Opportunities
    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.
    Z1DA--626A4-23-203 - Upgrade Fire Alarm System
    Buyer not available
    The Department of Veterans Affairs is seeking qualified contractors to upgrade the fire alarm system at the Tennessee Valley Healthcare System in Murfreesboro, Tennessee. This project involves the installation of a new networked fire alarm system that complies with current VA standards and national fire codes, ensuring enhanced safety measures within the facility. The contract is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and has an estimated value between $10 million and $20 million, with a construction timeline of 550 calendar days post-award. Interested contractors must submit their proposals electronically, adhering to specific formatting guidelines, and can direct inquiries to Contract Specialist Jen Jamieson at jen.jamieson@va.gov.
    Z1DA--595-25-108 Relocate Emergency Cache D/B SDVOSB
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for a design-build project titled "Relocate Emergency Cache" at the Lebanon VA Medical Center, specifically aimed at converting a section of the former Bowling Alley into a secure Pharmacy Emergency Cache. This project, set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), requires comprehensive design and construction services, including demolition, environmental abatement, and installation of security systems, to create an 830 square-foot facility that meets VA Physical Security requirements. The contract is estimated to be valued between $1 million and $2 million, with a completion period of 330 calendar days, and proposals for Phase I are due by March 20, 2025, following a site visit on February 20, 2025. Interested contractors should contact Contracting Officer Jeffrey G Pruett at jeffrey.pruett@va.gov for further details.
    Z1DA--658-24-108 Replace Overhead Paging System
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for the replacement of the overhead paging system at the Salem Veterans Affairs Medical Center. This design-build project requires contractors to provide all necessary labor, materials, and services to install a modern paging system across multiple buildings on the campus, with a budget estimated between $500,000 and $1,000,000. The procurement is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) and emphasizes compliance with safety standards, quality assurance, and federal regulations throughout the construction process. Interested bidders must submit their proposals electronically by April 9, 2025, and can direct inquiries to Contract Specialist Bryant L Guerrant at bryant.guerrant@va.gov.
    596-21-104 - AJP – Replace Deteriorated Underground Utilities - Water, Sanitary & Storm Drain Distribution (SD)
    Buyer not available
    The Department of Veterans Affairs is seeking a contractor to replace deteriorated underground utilities, specifically focusing on water, sanitary, and storm drain distribution at the Lexington VA Medical Center in Kentucky. This project, identified as 596-21-104, aims to enhance the facility's infrastructure while adhering to strict safety and operational protocols due to its medical environment. The estimated contract value ranges between $5 million and $10 million, with a 100% set-aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), requiring registration through the SBA VetCert program. Interested contractors must submit their proposals by January 28, 2025, and direct any inquiries to Contract Specialist Robert Glenn Jr. at robert.glenn2@va.gov or by phone at 615-225-3413.
    Y1QA--861CM3011: Facility Condition Assessment (FCA) Deficiencies Corrections Repairs, Mill Springs National Cemetery
    Buyer not available
    The Department of Veterans Affairs is issuing a request for proposals (RFP) for a firm-fixed-price contract aimed at correcting deficiencies at the Mill Springs National Cemetery. The project involves renovating and expanding Maintenance Building 3001, repairing repaved asphalt roads, and ensuring compliance with local, state, and federal regulations, with a strong emphasis on sustainability and veteran-owned business participation. This procurement is exclusively set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), with an estimated contract value between $1,000,000 and $5,000,000 and a performance period of 270 days from the notice to proceed. Interested contractors must submit sealed bids by the specified deadline and can contact Clarelle Sylvain at clarelle.sylvain@va.gov for further information.
    Z2JZ--Jefferson Barracks St Louis Completion Contract
    Buyer not available
    The Department of Veterans Affairs is soliciting bids for the Jefferson Barracks St. Louis Completion Contract, focusing on construction work at the Veterans Affairs Medical Center (VAMC) in St. Louis, Missouri. The project encompasses approximately 38 work items, including essential construction tasks such as electrical installations, landscaping, and structural enhancements, with a particular emphasis on engaging a general contractor certified as a Service Disabled Veteran Owned Small Business. This initiative is crucial for upgrading healthcare infrastructure while promoting veteran-owned business participation. Interested contractors must submit their proposals electronically by March 14, 2025, following a formal site visit scheduled for February 24, 2025. For further inquiries, potential bidders can contact Contract Specialist Gary L. Fowler at gary.fowler@va.gov.
    Z1DA--Fire and Storage Room Doors
    Buyer not available
    The Department of Veterans Affairs is seeking bids for the replacement and upgrade of fire and storage room doors at the Charles George VA Medical Center in Asheville, North Carolina. This project, classified as a Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside, requires contractors to provide all necessary materials, labor, and equipment, with an estimated budget between $500,000 and $1,000,000. The work is critical for enhancing safety and compliance within the facility, and the project timeline allows for a total of 225 days for completion, including a 15-day bonding period. Interested contractors must submit their bids electronically by March 6, 2025, and can contact Contract Specialist Quentin A Norvell Sr at Quentin.Norvell@va.gov for further information.
    Y1DA--589-703 Construct Addition and Renovate Community Living Center, Building 60 (VA-24-00028736)
    Buyer not available
    The Department of Veterans Affairs is seeking contractors for the construction of an addition and renovation of the Community Living Center, Building 60, under project VA-24-00028736. This procurement aims to enhance facilities for veterans, aligning with the VA's mission to improve care and living conditions. The estimated project cost is approximately $24.4 million, with bids received ranging from $18 million to nearly $20 million, emphasizing a competitive bidding process. Interested parties should contact Contract Specialist Joshua Slapnicker at joshua.slapnicker@va.gov, and note that responses to the solicitation must be submitted by the specified deadline, with all bids archived 90 days afterward.
    J063--CCure PACS License and CCTV Maintenance Services
    Buyer not available
    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.