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
    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
    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.
    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.
    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.
    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.
    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.
    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.
    Similar Opportunities
    Z2DA--Upgrade Video Assessment Surveillance System
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking qualified contractors to upgrade the Video Assessment Surveillance System (VASS) at the VA Caribbean Healthcare System (VACHS) located in San Juan, Puerto Rico. This project, set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), aims to enhance physical security by replacing existing cameras with a new VASS that will provide improved surveillance coverage, advanced monitoring software, and modern analytics tools, including license plate readers and facial recognition capabilities. The contractor will be required to complete the work within 1,095 calendar days from the Notice to Proceed, with the solicitation expected to be issued around January 30, 2026. Interested firms must be registered in the System for Award Management (SAM.gov) and certified as active SBA SDVOSB to participate in this procurement, and they can contact Ana G. Alvarado at ana.alvarado@va.gov or 939-321-0814 for further information.
    Seattle VA MICU/SICU Camera Replacement
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified vendors to replace aging analog ICU and MICU observation cameras at the Seattle VA Medical Center with an upgraded IP-based camera system. The procurement involves replacing nineteen cameras with Avigilon brand name or equivalent ceiling cameras, which must meet specific technical requirements, including compatibility with existing hospital infrastructure and compliance with VA cybersecurity regulations. This upgrade is crucial for maintaining effective patient monitoring and security within the facility. Interested parties should contact Michael J Borelli at Michael.Borelli@va.gov, with the goal of placing the order by mid to late January 2026 and completing installation within 45 days after receipt of order.
    REPLACE SURVEILLANCE CAMERAS AT VARIOUS LOCATIONS
    Interior, Department Of The
    The Department of the Interior, specifically the National Park Service, is seeking qualified contractors to replace surveillance cameras at various locations within Shenandoah National Park in Virginia. The project entails removing existing cameras and wiring, and installing 40 NDAA-compliant security cameras, mounts, weatherproof housings, and associated network equipment, with optional installations at two visitor centers. This procurement is a small business set-aside with an estimated contract value between $100,000 and $250,000, and the performance period is expected to last 90 calendar days from the notice to proceed. Interested parties should contact Deborah Coles at DebbieColes@nps.gov or 540-677-0325, and a site visit is scheduled for December 18, 2025.
    J059--Chapel Video Feed Upgrades Bedford VA Medical Center
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals from Service-Disabled Veteran-Owned Small Businesses (SDVOSBC) for the Chapel Video Feed Upgrades at the Bedford VA Medical Center in Bedford, MA. The project involves the installation of a new HD PoE camera and the integration of its audio/video feed into the facility's existing digital cable broadcast system, requiring the installation of fiber optic cable and network equipment between the chapel and the server room. This upgrade is crucial for enhancing the chapel's broadcast capabilities, ensuring high-quality video feeds for services. Interested contractors must submit their proposals by December 18, 2025, at 12 PM Eastern Time, and can direct inquiries to Contract Specialist Carissa Sarazin at carissa.sarazin@va.gov or by phone at 401-273-7100.
    J063, Panic and Intrusion Alarm Replacement and Monitoring, Various Clinics - Portland Veterans Affairs Healthcare System, Dept of Veterans Affairs
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors to provide panic and intrusion alarm replacement and monitoring services for various clinics within the Portland Veterans Affairs Healthcare System. The procurement involves the removal, installation, and testing of new security components, including keypads, panels, motion sensors, and wireless panic alarms, across six specified locations in Oregon, with a requirement for 24/7 alarm monitoring and rapid response to repair requests. This initiative is critical for enhancing the security infrastructure of VA facilities, ensuring the safety of veterans and staff. Interested parties must respond to the Sources Sought Notice by emailing Danielle Carrico at danielle.carrico@va.gov no later than September 26, 2025, at 5 PM PT, providing necessary company information and capability statements.
    J063--FY26 Lenel S2 Security System Support Five (5)-Year Indefinite Delivery Contract (IDC) for VA Coatesville. Brand Name Only.
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking proposals for a five-year Indefinite Delivery Contract (IDC) for Lenel S2 Security System Support at the Coatesville VA Medical Center, specifically for brand-name-only products. The procurement includes a comprehensive service package that covers a PRO SUSP PLAN for 513-1024 readers, technical support, and Verizon monthly router service for remote support, with a total performance period extending from December 8, 2025, to September 30, 2030. This contract is a 100% set-aside for Certified Veteran-Owned Small Businesses (VOSBs) and emphasizes compliance with VA regulations regarding subcontracting limitations. Interested parties must submit their proposals by December 15, 2025, at 3:00 PM ET, and can direct inquiries to Contract Specialist Allan Tabliago at allan.tabliago@va.gov.
    6525--SEP 2025 Consolidation - HTME with Extended Installation Services (Includes Turnkey Services)
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for the procurement of high-tech medical equipment (HTME) with extended installation services, specifically for the September 2025 Consolidation project. This opportunity includes turnkey services for various medical imaging systems, such as Radiographic/Fluoroscopic (R/F), Computed Tomography (CT), and Nuclear Medicine SPECT/CT systems, which are essential for enhancing diagnostic capabilities and patient care within VA facilities. Interested vendors must adhere to strict submission guidelines and deadlines, with proposals due by March 11, 2026, and inquiries directed to the contracting officer, Michael J Kuchyak, at michael.kuchyak@va.gov.
    CTX Waco Bldg. 8 Access Control Service
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors for the installation of an access control system at the Dorris Miller VA Medical Center, specifically in Building 8 located in Waco, Texas. The project involves integrating an access control system into the existing CCURE 9000 platform for eight doors, requiring the contractor to supply and install electrified door hardware, modify electric strikes, and run network drops to an adjacent OIT closet, all to be completed within a 60-day timeframe. This procurement is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and emphasizes compliance with federal, state, and local regulations, with a response deadline of December 15, 2025, at 4:00 PM Central Time. Interested parties can reach out to Taminie Panich at taminie.panich@va.gov for further information.
    R499--478-26-1-6869-0002: VISN 1 HR - Workers Compensation Surveillance (VA-26-00013938)
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking quotations for Workers Compensation Surveillance services for the VISN 1 Healthcare System, specifically targeting Service-Disabled Veteran-Owned Small Businesses (SDVOSBs). The procurement involves providing physical and electronic surveillance of injured employees receiving benefits, along with an annual review of unmanned surveillance camera footage, over a contract period that includes a base year and four optional years. This service is crucial for ensuring compliance with federal regulations and effectively managing workers' compensation cases. Interested vendors must submit their quotes by December 22, 2025, at 1:00 PM Eastern Time, and can direct inquiries to Contracting Specialist Sebastian Freeze at sebastian.freeze@va.gov.
    Y1DA--519-24-400-NRM Install Fire Alarm Bldg. 25
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting offers for a construction project to install a new fire alarm system in Building 25 at the West Texas VA Healthcare System in Big Spring, TX. The project involves replacing the existing Honeywell fire alarm system with a Siemens system, ensuring compatibility with the existing infrastructure and adherence to various safety codes and standards. This upgrade is crucial for maintaining a reliable fire safety system across the campus, with a contract set aside for 100% Service-Disabled Veteran Owned Small Businesses (SDVOSB). Quotes are due by January 2, 2026, at 10:00 AM CST, and interested contractors should submit their proposals electronically to Eileen.Myers@va.gov, with the estimated contract value between $250,000 and $500,000.