S206--PHOENIX ARMED GUARDS SERVICES, VETERANS BENEFITS ADMINISTRATION PHOENIX REGIONAL OFFICE
ID: 36C10D25Q0053Type: Presolicitation
Overview

Buyer

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

NAICS

Security Guards and Patrol Services (561612)

PSC

HOUSEKEEPING- GUARD (S206)

Set Aside

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

    The Department of Veterans Affairs is seeking proposals for armed guard security services at the Phoenix Regional Office, with a contract set aside for Service-Disabled Veteran-Owned Small Businesses. The contractor will be responsible for providing five armed guards to ensure the safety of the premises, manage access controls, conduct surveillance, respond to incidents, and perform routine patrols during operational hours from 5:30 AM to 6 PM, Monday through Friday. This procurement is crucial for maintaining security and protecting VA personnel and assets, with an estimated total award amount of $29 million, starting April 1, 2025. Interested parties should contact Contract Specialist Bertha V Leguizamon at bertha.leguizamon@va.gov for further details.

    Point(s) of Contact
    Bertha LeguizamonContracting Officer
    602-627-2845 x2797
    bertha.leguizamon@va.gov
    Files
    Title
    Posted
    The VA Handbook 6500.6 Appendix C provides essential security and privacy guidelines that contractors and their personnel must adhere to when handling VA information and information systems. It establishes that all contractors are governed by the same federal laws and VA regulations regarding data security. Key provisions include restricted access to VA information strictly for contract purposes, mandatory background checks commensurate with VA personnel, and the necessity of valid security clearances for access to national security programs. The document also delineates the use and destruction of VA information, ensuring that it remains separate from other data and is properly sanitized upon contract termination. Compliance with stringent security measures during the handling of sensitive data is paramount, including the requirement for encryption and adherence to specified security standards. Contractors are obligated to report any security incidents immediately and are subject to liquidated damages for data breaches involving sensitive personal information. Overall, the handbook emphasizes the importance of safeguarding VA data and outlines the responsibilities of contractors to maintain high standards of security and compliance in their operations, reflecting the VA's commitment to protecting sensitive information in line with government regulations.
    The VAAR 852.219-75 outlines the certification requirements concerning limitations on subcontracting for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) and Veteran-Owned Small Businesses (VOSBs) in federal contracts. If awarded a contract, the contractor must adhere to subcontracting limits: up to 50% of services, 85% of general construction, and 75% for special trade contracts can be paid to firms not certified as SDVOSBs or VOSBs. This certification mandates the offeror to provide compliance documentation upon request and acknowledges the serious consequences of false certifications, including criminal and civil penalties. The provisions stress the importance of good faith compliance, with specified repercussions for noncompliance, such as referral to debarment committees or fines. The clause reinforces accountability for contractors, ensuring federal funding supports certified veteran enterprises while promoting transparency in contractual relationships. Ultimately, it aims to uphold the integrity of small business participation in government contracts.
    The document under review is a federal government Request for Proposals (RFP) related to various procurement and funding processes. It encompasses federal grants and both state and local RFPs, indicating a structured solicitation for services, supplies, or financial assistance. The primary focus revolves around facilitating an organized platform for project submissions aimed at benefiting governmental needs. Key ideas include the necessity for detailed project descriptions, compliance with local and federal regulations, and the inclusion of budgetary requirements. Additionally, the RFP outlines expectations for vendors and contractors in terms of timelines, deliverables, and performance metrics. The document is structured to guide potential applicants through necessary criteria, application processes, and evaluation procedures, ensuring clarity and consistency. The content emphasizes the importance of submitting high-quality proposals that adhere to outlined stipulations in order to secure funding or contractual obligations. Overall, this RFP serves as a critical tool for government agencies to streamline their procurement processes and enhance service delivery.
    The Veterans Benefits Administration is seeking Armed Security Guard Services for its Phoenix Regional Office, starting April 1, 2025. This presolicitation notice (Solicitation Number: 36C10D25Q0053) indicates that the procurement is specifically set aside for Service Disabled Veteran Owned Small Businesses (SDVOSBC) with valid registrations in the System for Award Management (SAM). The applicable NAICS code for this project is 561612. Quotes are expected to be solicited shortly, with a Request for Quote (RFQ) to be published on SAM.gov within two days. All inquiries regarding this announcement should be directed to Contracting Officer Bertha Leguizamon via email. To maintain fairness, responses to questions will be issued as amendments to the RFQ after it is posted. This initiative emphasizes the VA’s commitment to engaging veteran-owned businesses in fulfilling its security needs.
    The document outlines a Request for Quotation (RFQ) from the Department of Veterans Affairs for Armed Guard Security Services at the Phoenix Regional Benefit Office, starting April 1, 2025. The procurement is specifically set aside for Service Disabled Veteran-Owned Small Businesses under NAICS 561612, with a total estimated award amount of $29 million. The contractor is responsible for providing five armed guards to ensure the safety of the premises, managing access controls, surveillance, incident response, and routine patrols, operating from 5:30 AM to 6 PM, Monday through Friday. Key qualifications for security personnel include being at least 21 years old, holding a valid armed security license in Arizona, and completing required training. The statement of work outlines extensive responsibilities, including documentation, incident reporting, and compliance with legal and regulatory standards. The successful contractor will be required to submit monthly electronic invoices for payment within 30 days. The document also specifies performance and conduct standards, insurance requirements, and the possibility of contract termination once Federal Protective Services are fully operational. The RFQ emphasizes the importance of security in protecting VA personnel and assets, advocating for a transparent and structured procurement process.
    Similar Opportunities
    Presolicitiation Notice Unarmed Security Guard service at the Riverside National Cemetery -- S206
    Buyer not available
    The Department of Veterans Affairs is seeking qualified vendors to provide unarmed security guard services at the Riverside National Cemetery in California. This presolicitation notice indicates that the services will be set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) under FAR 19.14, emphasizing the importance of supporting veteran-owned enterprises in government contracting. The upcoming solicitation will include details on a vendor site visit scheduled for December 17, 2024, and interested parties are encouraged to RSVP as instructed in the forthcoming solicitation. For further inquiries, potential bidders can contact Ralph Crum at ralph.crum@va.gov or Lincoln Sii at lincoln.sii@va.gov, with the cemetery's phone number being 951-653-8417.
    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.
    2320--Utility Vehicle for the Phoenix VA HCS
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for the procurement of a utility vehicle specifically designed for the Phoenix VA Healthcare System. This opportunity is exclusively set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) and requires the delivery of a Polaris Ranger SP 570 Premium within 90 days after the award, adhering to detailed specifications regarding motor capacity, operational features, and delivery protocols. The procurement reflects the VA's commitment to supporting veteran-owned enterprises while ensuring compliance with federal regulations and quality standards. Interested vendors must submit their proposals via email by February 21, 2025, and can direct inquiries to Contract Specialist Isaac Shimizu at isaac.shimizu@va.gov.
    S206--Armored Carrier Services Kansas City VAMC
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for Armored Carrier Services at the Kansas City VA Medical Center. The primary objective is to establish a firm fixed-price contract for the secure pick-up and delivery of funds related to the VA's Agent Cashier and Canteen services, with a contract duration that includes a base year and four optional renewal years. This procurement is particularly significant as it aims to enhance operational efficiency while ensuring compliance with federal regulations, with a focus on small businesses, especially service-disabled veteran-owned businesses. Interested vendors should contact Contracting Specialist James Horne at James.Horne@va.gov or by phone at 913-946-1951 for further details, and must demonstrate at least two years of relevant experience in their proposals.
    Q517--Staffing Service Tucson
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for staffing services at the Tucson Consolidated Mail Outpatient Pharmacy (CMOP), specifically for pharmacists, pharmacy technicians, and shipper/packer roles. The contract, set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), aims to ensure the efficient processing of over 15 million prescriptions annually, with a minimum staffing requirement of 70 full-time equivalents (FTE) and a target of maintaining at least 97% staffing levels. This procurement is critical for delivering quality healthcare services to veterans, reflecting the government's commitment to supporting veteran-owned enterprises. Interested contractors must submit their proposals by the newly established deadline of July 23, 2024, and can direct inquiries to Contract Specialist Nicholas L. Schulte at nicholas.schulte1@va.gov or Christy Pendlay at Christy.Pendlay@va.gov.
    DA10--Telephonic & Remote Software Support Services Base Plus Option Years POP: 03/01/2025 - 02/28/2030
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for telephonic and remote software support services, with a contract period from March 1, 2025, to February 28, 2030. The procurement aims to provide 24/7 technical support, updates, and troubleshooting for the C-Cure 9000 Series S PACS security system, ensuring timely responses and compliance with VA security requirements. This initiative is critical for maintaining the operational efficiency of security systems within veterans' healthcare facilities, with an estimated contract value of $47 million set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB). Interested parties must submit their proposals by February 26, 2025, and can direct inquiries to Contract Specialist Thomas Parsons at thomas.parsons2@va.gov or by phone at 918-577-3532.
    V225--Non-Emergent Ambulance Service (VALLHCS)
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for Non-Emergent Ambulance Services under the upcoming Request for Proposal (RFP) number 36C26225R0018, specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBC). The objective of this procurement is to provide essential ambulance services that adhere to the regulations and standards necessary for effectively serving veteran communities. This initiative is crucial for ensuring that veterans receive timely and appropriate transportation for medical needs. Interested parties must submit their responses by February 24, 2025, at 3:00 PM Mountain Time, and can direct inquiries to Contracting Officer Michael Williams at michael.williams48@va.gov or by phone at (520) 792-1450, x12586.
    Anti-Barricade Doors
    Buyer not available
    The Department of Veterans Affairs is seeking qualified contractors for the procurement and installation of eight anti-barricade doors at the Spokane VA Medical Center, aimed at enhancing safety within its psychiatric department. The project includes the installation of doors that swing into the room to prevent barricading, along with the recertification of the existing alarm system, ensuring compliance with safety standards such as NFPA, UL, and OSHA. This initiative is critical for improving the safety and functionality of mental health facilities, with a project budget estimated between $25,000 and $100,000. Interested small businesses must submit their proposals electronically by February 24, 2025, and can direct inquiries to Contracting Officer Derek Crockett at derek.crockett@va.gov or by phone at 360-816-2760.
    NAVY REGION NORTHWEST GUARD SERVICES
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Command Northwest (NAVFACSYSCOM NORTHWEST), is seeking a qualified contractor to provide guard services at its facility in Silverdale, Washington. This presolicitation opportunity is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and aims to ensure the safety and security of the premises through professional security guard and patrol services. The selected contractor will play a crucial role in maintaining a secure environment, which is vital for the operational integrity of the Navy's activities in the region. Interested parties should reach out to Micah Nazarino at micah.m.nazarino.civ@us.navy.mil or Cynthia Swink at cynthia.l.swink.civ@us.navy.mil for further details regarding the procurement process.
    Q702--Sepulveda Animal Research IOT&A
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for the Sepulveda Animal Research Initial Outfitting, Transition, and Activation (IOT&A) project, with a total award amount of $20 million. The procurement aims to secure comprehensive project management, interior design, and acquisition planning services necessary for the activation of a new animal research facility, which is expected to be operational by March 28, 2028. This initiative is critical for enhancing research capabilities in animal care, reflecting the government's commitment to modernizing facilities to better serve veterans and ensure compliance with federal regulations. Interested contractors, particularly those classified as Service-Disabled Veteran-Owned Small Businesses, should contact Contract Specialist Michele M Laser at michele.laser@va.gov for further details, with the base period of performance commencing on July 28, 2025.