6350--Security Camera's and Intrusion Detections System w-Install For the Houston VBA-RO
ID: 36C10D25Q0044Type: Solicitation
Overview

Buyer

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

NAICS

Other Communications Equipment Manufacturing (334290)

PSC

MISCELLANEOUS ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS (6350)
Timeline
  1. 1
    Posted Dec 30, 2024, 12:00 AM UTC
  2. 2
    Updated Jan 13, 2025, 12:00 AM UTC
  3. 3
    Due Jan 20, 2025, 8:00 PM UTC
Description

The Department of Veterans Affairs is seeking qualified contractors to install a security camera and intrusion detection system at the Houston Veterans Benefits Administration Regional Office. The project involves the installation of 71 cameras, including fixed, panoramic, and PTZ models, along with necessary cabling and a video management system, with a completion timeline of approximately eight weeks post-approval. This procurement is crucial for enhancing the security infrastructure of the facility, ensuring the safety of both property and personnel in alignment with federal standards. Interested parties must submit their proposals by January 20, 2025, at 3 PM EST, and can direct inquiries to Contract Specialist Julie Lemire at julie.lemire@va.gov.

Point(s) of Contact
Julie LemireContract Specialist
julie.lemire@va.gov
Files
Title
Posted
Dec 30, 2024, 6:05 PM UTC
The document is a Presolicitation Notice issued by the Department of Veterans Affairs, concerning a Request for Quote for the installation of security cameras and an intrusion detection system at the Houston Veterans Benefits Administration Regional Office. The solicitation number is 36C10D25Q0044, with a response deadline set for January 13, 2025, at 3 PM Eastern Time. The contracting office is located at 1800 G Street NW, Washington DC, and the contact person for inquiries is Contracting Officer Julie Lemire, accessible via email and phone. This notice indicates a focus on enhancing security systems at the facility while adhering to federal procurement regulations, highlighting the government's commitment to safeguarding its infrastructure. The document aligns with standard procedures for federal RFPs, ensuring transparency and fair competition among potential contractors.
Jan 13, 2025, 3:05 PM UTC
The document outlines a Request for Quotation (RFQ) from the Department of Veterans Affairs (VA) for upgrading the security system at the Houston Veterans Benefits Administration Regional Office. The RFQ covers the installation of a new security camera system and an intrusion detection system, detailing the necessary equipment and services required. The contractor is tasked with providing labor, materials, and installation for 71 cameras, including fixed, panoramic, and PTZ models, along with appropriate cabling and a video management system. Additionally, the RFQ specifies contractor responsibilities, including personnel training and security background checks. The contract aims for a firm fixed price and requires completion within approximately eight weeks after approval. Key considerations such as warranty, performance, billing processes, and adherence to federal regulations are included, emphasizing the importance of compliance and quality assurance throughout the contract. The purpose of this document is to solicit bids from qualified contractors to ensure the VA's facilities meet modern security standards, safeguarding both the property and the personnel's safety. The proposal illustrates the VA's commitment to enhancing security infrastructure in alignment with federal requirements and best practices.
Jan 13, 2025, 3:05 PM UTC
The document serves as an amendment to a Request for Quotations (RFQ) from the Department of Veterans Affairs regarding a project involving the installation of security cameras and an intrusion detection system. It addresses specific inquiries from bidders and clarifies key details to facilitate the proposal process. Notably, the amendment specifies that no HEPA cart is required, and there are no particular color specifications for camera cabling. The designated area for intrusion detection is identified as the agent cashier room #1084. Furthermore, the document confirms that the system will notify the VBA Security and facilities team rather than the police in the event of alerts. The contractor must supply all necessary equipment and tools, according to the Scope of Work (SOW). Several compliance standards, such as those outlined in the National Defense Authorization Act and the Buy American Act, are addressed. The amendment underlines that ongoing maintenance expectations are minimal, and subcontracting guidelines are detailed in the SOW. The RFQ response deadline is set for January 13, 2025, at 3 PM EST. This document emphasizes clear communication between the federal agency and potential contractors, proving vital for successful proposal submissions.
Jan 13, 2025, 3:05 PM UTC
This document serves as an amendment to a solicitation from the Department of Veterans Affairs (VA) regarding a contract associated with the Veterans Benefits Administration. The primary purpose is to extend the deadline for receiving offers in response to solicitation number 36C10D25Q0044 until January 20, 2025, at 3 PM EST. The amendment requires all bidders to acknowledge the receipt of this extension via specific methods outlined within the document. Additionally, it emphasizes that, except for the specified changes, all terms and conditions of the original solicitation remain unchanged and continue to be in effect. This action reflects the VA's commitment to transparency and fairness in the procurement process, encouraging interested parties to submit their proposals within the new timeline while ensuring compliance with federal regulations.
Jan 13, 2025, 3:05 PM UTC
The "Register of Wage Determinations Under the Service Contract Act" outlines wage and benefit requirements for federal contractors in Texas, particularly in Houston and Trinity counties. Contracts awarded on or after January 30, 2022, must ensure a minimum wage of $17.20 per hour, while those awarded between January 1, 2015, and January 29, 2022, are subject to a minimum of $12.90 per hour. The document details applicable job classifications, hourly rates, fringe benefits, paid sick leave requirements, and holidays for workers under federal contracts. Specific provisions include health and welfare benefits and vacation entitlements, emphasizing compliance with Executive Orders 14026 and 13658. Additionally, the document explains the process for conforming new classifications and wage rates for unlisted occupations, requiring contractors to seek approval from the Department of Labor. This wage determination serves as a guide for proper remuneration, improving worker protections and ensuring fairness in federal contracting, aligning with governmental standards for workforce compensation.
Jan 13, 2025, 3:05 PM UTC
The document appears to be a layout or schematic related to security and video infrastructure, specifically for a server rack system within a facility. It mentions various components including cameras (fixed, fish-eye, PTZ), water locations, and public contact areas. Key personnel such as coaches and contacts are listed, along with room designations and numbering. The layout indicates functional zones like training rooms, a staging area for loan processing, and break rooms, suggesting an operational focus on security and monitoring. This structured layout may align with federal or local government standards for ensuring safety, as it integrates video surveillance and data management to improve security operations within the premises. Overall, the document serves a significant role in outlining how surveillance technology is organized to enhance safety and operational efficiency in a government setting.
Lifecycle
Similar Opportunities
J063--Camera Replacements, PB 657-25-2-3019-0062, (VA-25-00063196)
Buyer not available
The Department of Veterans Affairs (VA) is seeking qualified contractors to replace existing security cameras at the John J. Pershing VA Medical Center in Poplar Bluff, MO, with NDAA-compliant models. The project involves the supply and installation of new VIVOTEK cameras, ensuring proper integration with the existing CCTV system, and adherence to VA Police guidance for optimal camera positioning. This initiative is crucial for enhancing security measures at the facility while complying with regulatory standards. Interested contractors must submit their responses via email to Contract Specialist George Johnson at george.johnson9@va.gov by May 1, 2025, as this is a Sources Sought notice and not a solicitation for bids.
Camera Server Support
Buyer not available
The Department of Veterans Affairs is seeking qualified vendors to provide Security Camera Server & Channel Service Support for the Tomah VA Medical Center in Wisconsin. The procurement aims to upgrade existing security camera systems, add new licenses, and ensure ongoing support for current installations over a five-year period. This initiative is part of the VA's efforts to enhance security measures while prioritizing engagement with Veteran-Owned Small Businesses (VOSB) and Service-Disabled Veteran-Owned Small Businesses (SDVOSB). Interested vendors must submit their qualifications, business size, and capabilities via email to Tiffany Pevey by April 29, 2025, and must be registered in the System for Award Management (SAM) to be eligible.
J063--Sources Sought Closes 04/29/2025
Buyer not available
The Department of Veterans Affairs, specifically the Network Contracting Office 5, is seeking vendors capable of providing contractor services for the installation of a motion intrusion detection system at the Perry Point VA Medical Center in Maryland. The project requires the contractor to supply all necessary materials, labor, and equipment, ensuring the new system integrates seamlessly with existing security and fire alarm systems, while adhering to strict safety and environmental regulations, including compliance with OSHA standards. Interested vendors must respond to this Sources Sought Notice by April 29, 2025, providing detailed information about their business capabilities and relevant experience, with responses directed to Contract Specialist Patricia Thai at patricia.thai@va.gov. This notice is for planning purposes only and does not constitute a solicitation for contract proposals.
Z2DZ - Improve Security at Mountain View
Buyer not available
The Department of Veterans Affairs is seeking qualified contractors to improve security at the VA Mountain View Center in California. The project entails the installation of a Physical Access Control System (PACS) and an Intrusion Detection System (IDS) in Building 801, requiring contractors to provide all necessary labor, materials, and equipment while ensuring minimal disruption to facility operations. This initiative is crucial for enhancing the safety and security of veteran services, aligning with federal standards for healthcare facilities. Interested contractors, particularly those certified as Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), must submit proposals by May 19, 2025, following a site visit scheduled for April 21, 2025. For further inquiries, contact Kristin Tribble at kristin.tribble@va.gov or (279) 842-7359.
VA Police Body Worn Cameras ON-RAMP
Buyer not available
The Department of Veterans Affairs (VA) is seeking qualified contractors to participate in the VA Police Body Worn Cameras ON-RAMP, which aims to enhance the existing Indefinite Delivery Indefinite Quantity (IDIQ) contract for a comprehensive Police Cameras and Evidence Management System (PCEMS). This procurement will increase the contract ceiling from $60 million to $125 million and transition from a single award to a multiple award structure, allowing for greater competition among offerors. The initiative is critical for improving the operational capabilities of VA Police through advanced body-worn cameras and digital evidence management systems, ensuring security, accountability, and integrity in law enforcement operations. Interested parties should contact Brian N Ballard at brian.ballard@va.gov or Carey M Kauzlarich at Carey.Kauzlarich@va.gov for further details, with proposals expected to align with the outlined requirements and deadlines.
Purchase and installation of 4 stand-alone video surveillance systems.
Buyer not available
The Department of Homeland Security, through the Federal Law Enforcement Training Center (FLETC), is seeking proposals for the purchase and installation of four stand-alone video surveillance systems (VSS) at its facility in Glynco, Georgia. The project involves the installation of Network Video Management Systems (NVMS), fixed cameras, client workstations, and other necessary equipment to ensure a fully functional surveillance capability, with all work to be completed within 60 days of receiving the Notice to Proceed. This procurement is critical for enhancing security measures at federal training facilities, and it is set aside for small businesses under the SBA guidelines. Interested contractors must submit their quotes by April 28, 2025, and can direct inquiries to Jimmy Dolloff at jimmy.dolloff@fletc.dhs.gov or by phone at 912-261-2863.
Warehouse Camera System Upgrade
Buyer not available
The Federal Bureau of Investigation (FBI) is soliciting proposals from small business vendors for a firm-fixed-price contract to upgrade the CCTV surveillance system at its LCADD Warehouse located in Franconia, Virginia. The project aims to replace an outdated security system with a comprehensive solution that includes the installation of 80 new 8MP fixed dome cameras and various supporting equipment, enhancing surveillance capabilities and improving safety within the facility. Interested vendors must attend a mandatory site visit on May 7, 2025, and submit their quotations by May 22, 2025, with all proposals evaluated based on price and technical acceptability. For further inquiries, vendors can contact Adelle Bolton at albolton@fbi.gov.
6525--JAN 2025 Consolidation - HTME with Extended Installation Services (includes Turnkey Services)
Buyer not available
The Department of Veterans Affairs is seeking proposals for the acquisition of high-tech medical equipment (HTME) along with extended installation services, including turnkey solutions, as part of the JAN 2025 Consolidation initiative. This procurement aims to enhance the capabilities of VA healthcare facilities by providing advanced medical imaging systems and comprehensive support services, ensuring that the equipment meets stringent operational and safety standards. The selected vendors will be responsible for delivering the equipment, conducting site preparations, and providing necessary training for clinical staff, which is crucial for improving patient care and operational efficiency within the VA system. Proposals are due by March 12, 2025, with a projected award date of November 26, 2025. Interested vendors can contact Contracting Officer Michael J Kuchyak at michael.kuchyak@va.gov for further details.
6730--Projector Screen Replacement and Installation
Buyer not available
The Department of Veterans Affairs is seeking bids for the replacement and installation of a projector screen at the Louis A. Johnson VA Medical Center in Clarksburg, West Virginia. The procurement involves a retractable 70” x 70” projector screen, with a delivery timeline of 30 days after receipt of order, and is specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) under NAICS Code 334310. This initiative underscores the VA's commitment to enhancing operational capabilities and services for veterans. Interested bidders must submit their proposals electronically by May 1, 2025, at 12:00 PM EST, and can direct inquiries to Contract Specialist James Ferro at James.Ferro@va.gov.
Z2DA--PAD B100 Chiller Room Leak Detector Replacement
Buyer not available
The Department of Veterans Affairs is soliciting proposals for the replacement of leak detectors in the PAD B100 Chiller Room at the VA Palo Alto Health Care System. The project aims to enhance facility safety by requiring contractors to provide all necessary personnel, equipment, and materials to complete the work within 15 calendar days after receiving a notice to proceed. This procurement is exclusively set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) and will be evaluated based on price considerations, with proposals due by May 5, 2025, following a mandatory site visit on April 9, 2025. Interested contractors should contact Jessica I Newman at Jessica.Newman2@va.gov for further details and ensure compliance with all safety and regulatory requirements outlined in the solicitation documents.