J063 - MAINT/REPAIR/REBUILD OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS
ID: 36C26025Q0382Type: Solicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF260-NETWORK CONTRACT OFFICE 20 (36C260)VANCOUVER, WA, 98662, USA

NAICS

Security Systems Services (except Locksmiths) (561621)

PSC

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

    The Department of Veterans Affairs is soliciting bids for a contract to provide security video camera services, including monitoring, technical support, and upgrades for the security camera systems at the VA Southern Oregon Rehabilitation Center and Clinics (VA SORCC) in White City, Oregon. The procurement is specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) under NAICS code 561621, with a total estimated award amount of $25 million over a five-year period, which includes a base year and four option years. This initiative aims to enhance the security infrastructure at the facility, ensuring compliance with federal regulations and operational integrity during the integration of existing systems. Interested contractors must submit their quotes via email to Subrina Cantil at Subrina.Cantil@va.gov by April 15, 2025, and are encouraged to review all amendments and adhere to the submission guidelines outlined in the solicitation documents.

    Point(s) of Contact
    Subrina Cantil
    Subrina.Cantil@va.gov
    Files
    Title
    Posted
    The document outlines an amendment to a solicitation regarding a Security Video Camera Service Contract, primarily involving the upgrade of the existing video management system (VMS). The amendment includes responses to inquiries from potential bidders, modifications to the Statement of Work (SOW), and updates to provisions and clauses in compliance with federal regulations. Key services required include software protection, preventive maintenance, training of staff, and 24/7 technical support. The contractor must ensure compatibility with existing systems while providing detailed documentation of services performed. Compliance with federal privacy and security regulations is emphasized, with stipulations for managing sensitive information, incident reporting, and training requirements for contractor personnel. The original deadline for bid submissions remains unchanged, but clarity on technical specifications and integration with other security measures is provided. The document demonstrates the government's focus on enhancing security measures and ensuring that contractors comply with stringent operational protocols.
    The document is an amendment to a government solicitation, specifically extending the deadline for submitting offers related to a procurement contract overseen by the NCO 20 Network Contracting Office. The amendment stipulates that the new quote deadline is now set for April 11, 2025, at 10:00 AM PDT. Importantly, this change is the only modification made; all other terms and conditions of the original solicitation remain unchanged. Acknowledgment of this amendment is required from all bidders, and details about how to submit the acknowledgment are provided. The main purpose of the amendment is to facilitate responses from potential contractors by allowing additional time for preparation and submission of their offers.
    This document is an amendment to a government solicitation related to the NCO 20 Network Contracting Office. The primary purpose is to extend the deadline for submissions of offers to April 15, 2025, at 10:00 AM PDT. The amendment indicates that all other terms and conditions of the original solicitation remain unchanged, emphasizing the extension is the sole modification. The document outlines the notification structure for bidders, such as acknowledging receipt of the amendment through various methods, and specifies that failure to comply may result in rejection of offers. The context of this amendment falls under federal RFPs and contracting modifications, indicating the government's structured process for soliciting bids and managing contract adjustments.
    The document is a solicitation by the Department of Veterans Affairs for a contract to provide monitoring, technical support, and upgrades for security camera systems at the VA SORCC in White City, Oregon. The acquisition is set solely for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) under NAICS code 561621, with an estimated total award amount of $25 million. The contract spans five years, including a base period from April 11, 2025, to April 10, 2026, and four option years. Key deliverables include the assessment and migration of existing camera systems, ensuring seamless integration with current infrastructure, and training for personnel. Compliance with salient characteristics requires compatibility with existing cameras and operational systems while providing advanced surveillance features such as motion detection and facial recognition. Quotations must be submitted via email by April 4, 2025, and inquiries will be accepted until March 28, 2025. The document also outlines pricing, terms and conditions, and various clauses relevant to the solicitation process, ensuring proper adherence to federal regulations and standards. Overall, the RFP highlights the government's intent to fortify security measures at VA facilities while promoting small businesses run by veterans.
    This document outlines a solicitation for monitoring, technical support, and upgrades for security camera systems at the Veterans Affairs Southern Oregon Rehabilitation Center and Clinics (VA SORCC) in White City, Oregon. The contract, valued at $25 million, focuses on providing services that ensure the seamless integration of existing Axis cameras with Milestone software or an equivalent video management system over multiple years, with specific performance periods from 2025 to 2030. Key requirements include installation, migration, technical support, and comprehensive training for personnel on the new systems. The contract is exclusively available to Service-Disabled Veteran-Owned Small Businesses (SDVOSB) under NAICS code 561621. Submissions must be electronic, and contractors are instructed to adhere strictly to the submission guidelines and timelines specified in the document, including a deadline for questions. The overarching goal of this procurement is to enhance the security infrastructure at the VA facility while ensuring compliance with federal regulations and maintaining operational integrity throughout the migration process.
    Similar Opportunities
    6350--Avigilon video surveillance system project
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking qualified contractors to provide an Avigilon video surveillance system for the VA Pacific Islands Healthcare System located in Honolulu, HI. The project involves procuring, installing, and configuring 16 Avigilon network cameras, a Network Video Recorder (NVR), and associated hardware, with the goal of modernizing security infrastructure to enhance safety for Veterans, staff, and visitors while ensuring compliance with federal mandates. This initiative is critical for improving cybersecurity and overall facility safety, particularly in sensitive areas such as mental health and veteran services. Interested parties should direct inquiries to Contract Specialist Mathew B. Czeshinski at Mathew.Czeshinski@va.gov, with the solicitation documents expected to be available around December 10, 2025, and the contract to be awarded as a Firm-Fixed Price contract.
    Boise VA Security Equipment & Software Service Maintenance
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified vendors to provide software support and maintenance for security equipment at the Boise VA Medical Center in Idaho. This procurement specifically involves the maintenance of Lenel and Milestone Card Readers, cameras, and other security systems, with a requirement for brand name or equal equivalent products. The contract will span a base period from January 15, 2026, to January 14, 2027, with four additional option years extending to January 14, 2031. Interested Service-Disabled Veteran-Owned Small Businesses (SDVOSB) are encouraged to submit quotations, with the anticipated Request for Quote issuance on November 15, 2025, and an expected award date of January 15, 2026. For further inquiries, vendors may contact Michael J Borelli at Michael.Borelli@va.gov.
    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.
    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.
    Willamette National Cemetery Grounds Maintenance Services
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors to provide grounds maintenance services at the Willamette National Cemetery in Happy Valley, Oregon. The procurement involves comprehensive landscaping tasks, including turf management, tree and shrub care, and leaf removal, with strict adherence to National Cemetery Administration standards and a focus on maintaining the cemetery's dignity. This contract, set aside for Service-Disabled Veteran-Owned Small Businesses, has a guaranteed minimum value of $10,000 and a maximum aggregate value of $7 million over five ordering periods, with a performance period from February 1, 2026, to January 31, 2030. Interested vendors must submit their proposals by December 30, 2025, and are encouraged to contact Brian Trahan or Ralph Crum for further information.
    Z1DA--648-24-701 EHRM Infrastructure Upgrades Phase 2 Construction - Portland, OR
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is preparing to solicit bids for the Design-Bid-Build EHRM Infrastructure Upgrades Phase 2 project at the Portland VA Health Care System, which encompasses significant construction and infrastructure enhancements in Portland, OR, and Vancouver, WA. The project requires contractors to assess existing conditions, perform demolition, and provide comprehensive labor, materials, and supervision across various disciplines, including civil, plumbing, mechanical, electrical, and electronic work. This initiative is crucial for upgrading the facility's infrastructure, including fiber optic installations, HVAC systems, and fire safety measures, ensuring improved operational efficiency and safety for veterans. The solicitation, set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), will be issued as an Invitation for Bid (IFB) in late October 2025, with an estimated construction value between $5 million and $10 million and a performance period of approximately 365 days. Interested parties can direct inquiries to Contract Specialist Sierra Tate at Sierra.Tate@va.gov or by phone at 216-447-8300.
    Open and continuous Solicitation for CNH facilities in Oregon
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for an indefinite-delivery contract to provide nursing home services within the Oregon VA Health Care System, aimed at eligible veterans. The contract will span a period of up to five years, with a total funding ceiling of $45 million for all awarded contracts, ensuring that qualified contractors deliver essential healthcare services. This opportunity is crucial for maintaining high-quality care for veterans, adhering to federal regulations, and ensuring compliance with wage determinations that mandate minimum hourly rates and benefits for workers. Interested contractors should reach out to Brian Stephen at Brian.stephen@va.gov or Jeremiah Middleton at Jeremiah.Middleton2@va.gov for further details, as the solicitation will remain open for one year from the posting date on SAM.gov.
    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.
    Regulated Medical Waste Disposal for Roseburg VAHCS
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking a contractor to provide Regulated Medical Waste disposal services for the Roseburg VA Health Care System and its associated clinics in Oregon. The procurement is specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) and includes a firm fixed price contract with a base year and four option years, running from January 2026 to December 2031. The services required encompass weekly and bi-weekly pickups of various medical wastes, which must be incinerated for energy recovery, while ensuring compliance with all relevant regulations and maintaining security and HIPAA standards. Interested parties should contact Brian Millington at brian.millington@va.gov for further details regarding the solicitation.
    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.