VA Police Body Worn Cameras ON-RAMP
ID: 36C10X25R0009Type: Solicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OFSAC FREDERICK (36C10X)FREDERICK, MD, 21703, USA

NAICS

Computing Infrastructure Providers, Data Processing, Web Hosting, and Related Services (518210)

PSC

IT AND TELECOM - STORAGE AS A SERVICE (DK10)
Timeline
    Description

    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.

    Point(s) of Contact
    Brian N Ballard
    brian.ballard@va.gov
    Carey M Kauzlarich
    Carey.Kauzlarich@va.gov
    Files
    Title
    Posted
    The document outlines a Request for Proposal (RFP) by the U.S. Department of Veterans Affairs (VA) for a comprehensive Police Cameras and Evidence Management System (PCEMS). The acquisition aims to enhance the operational capabilities of VA Police through advanced Body Worn Cameras (BWCs) and Digital Evidence Management Systems (DEMS), ensuring security, accountability, and evidence integrity in law enforcement. Key elements include the system's requirement for compatibility with cloud services, strict compliance with Federal information security standards, and the provision of high-definition cameras that support audio/video recording. The contract, valued at $125 million, transforms the existing contract structure to allow multiple awards, fostering competition. The expected performance milestones emphasize technical quality and adherence to project timelines, while the document requires all participants to comply with various legislation including the Federal Information Security Management Act and Privacy Act. The contractor will also facilitate necessary training and ensure seamless integration of the systems across multiple VA facilities nationwide. This solicitation signifies the VA's commitment to modernize its law enforcement capabilities and improve transparency and public trust in its operations.
    The document outlines a Request for Proposals (RFP) concerning the addition of new contractors to an existing Indefinite Delivery Indefinite Quantity (IDIQ) contract with the Veterans Affairs (VA). The current contract ceiling is set at $60 million, with a proposed increase to $125 million. This RFP facilitates an opportunity for new contractors to compete and possibly secure contracts under the IDIQ framework, aligning with the VA's strategic procurement objectives. Responses to contractor inquiries are expected to be posted within three business days after the Q&A period closes. The document emphasizes that requests for deadline extensions will only be considered under reasonable circumstances. Furthermore, any contractors intending to quote Service Contract Labor Standards (SCLS) positions must notify the Contracting Officer, who will provide the applicable wage determinations for the contract. The overall intent of the RFP is to enhance competition and broaden the contractor base for future projects while adhering to service standards and compliance regulations.
    The document outlines a price schedule relevant to a federal Request for Proposals (RFP) or contract detailing specific Contract Line Item Numbers (CLINs) for a designated period. It lists various items or services to be provided categorized by their respective quantities and units, including "Each" (EA), "Month" (MO), and "Job" (JB). The pricing structure is divided into a base year and two option years, spanning from the date of award until 2027. The document emphasizes that bidders do not need to provide multiple quantities for supply CLINs and are not required to estimate total orders for the contract duration, as limits are defined by contractual terms. This structured pricing is essential for accuracy in procurement and budgeting processes within government contracts, facilitating clear financial expectations for both the contractors and the government entities. Overall, it serves as a critical component in the clarity and management of project costs in government-related procurement activities.
    The file outlines the requirements for documenting past performance references for a solicitation related to the VA Police Cameras and Evidence Management System, identified as 36C10X25R0009. Offerors must provide details regarding their own work or that of their subcontractors, including the nature of the contract, total awarded costs, performance duration, and contact information for both the contracting officer and program manager. A significant emphasis is placed on describing the relevance of past work to the current solicitation and any performance issues encountered, along with corrective measures taken and outcomes achieved. Additionally, if applicable, new corporate entities must detail any relevant recent performance. This structured approach ensures the evaluation of past performance aligns with the requirements for the proposal, facilitating informed decision-making by the contracting authority. Overall, the document serves as a critical component in assessing the qualifications of offerors in response to federal requests for proposals and grants.
    The document is a Past Performance Questionnaire (PPQ) issued by the Department of Veterans Affairs (VA) for contracting purposes related to the procurement of body-worn cameras for VA police. It requests feedback on a contractor's performance history under a specific contract, allowing evaluators to assess the contractor’s quality of service, adherence to schedules, cost management, effective contract execution, small business utilization, and regulatory compliance. Respondents are required to rate the vendor across various performance areas using predefined criteria, ranging from "Exceptional" to "Unsatisfactory." Each category includes space for comments to support the ratings, offering a qualitative measure alongside the quantitative assessment. Additionally, evaluators must provide information on the contract value, duration, services provided, and an overall recommendation regarding the contractor's future engagement. The structure emphasizes a thorough evaluation to ensure the awarded contract meets the VA's standards and objectives in delivering quality services.
    The document is a user guide for the VA Financial Account Creation process, outlining the steps for vendors, including medical providers, Veterans, and caregivers, to enroll for Direct Deposit/EFT through the VA Customer Engagement Portal. It details the necessary information, including banking details and identification, required to complete the vendor file form in a single sitting, emphasizing the importance of having this information readily available before starting. The guide consists of sections covering TAX ID Information, Payee Information, Address/Bank Information, adding Authorized Representatives, and a Review stage before submission. A visual walkthrough supports users as they navigate the webform, with reminders that submissions cannot be saved mid-process. It also includes FAQs to aid users post-submission, advising them on how to track the status of their request using the issued Case Number and what steps to take if they encounter issues. This guide aims to streamline the enrollment process for vendors engaging with the VA, ensuring efficient and accurate payment processing for services rendered and is vital for compliance with federal grant requirements and vendor management practices within government operations.
    The Department of Veterans Affairs is issuing a presolicitation notice for the acquisition of body-worn cameras and a digital evidence management system for VA police. This indicates their intention to increase the current indefinite delivery/indefinite quantity (IDIQ) ceiling and potentially onboard new contractors. The purpose is to ensure compliance with the law mandating the use of these cameras by VA police personnel across all medical facilities in the U.S. The presolicitation outlines the requirements for approximately 6,000 body-worn cameras and in-car cameras, alongside the integration with a Digital Evidence Management System (DEMS) and Report Management System (RMS) to securely manage and share digital evidence. The contract will commence upon award with a base period extending through September 2025 and includes options for extension. It specifies that all work will adhere to strict security protocols and compliance with federal regulations, including FISMA and FedRAMP. The document emphasizes operational integrity, functionality requirements, and outlines specific deliverables that vendors must meet, ensuring a comprehensive approach to enhancing law enforcement practices within the Veterans Affairs framework.
    Lifecycle
    Title
    Type
    Similar Opportunities
    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.
    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.
    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.
    Radiology & Imaging FY2025 Solicitation
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is issuing a Request for Proposal (RFP) for the procurement of Radiology Imaging Systems and Accessories, under solicitation number 36H79725R0003. This opportunity encompasses a five-year base period with an option for an additional five years, aiming to establish multiple Indefinite Delivery/Indefinite Quantity (IDIQ) contracts valued at approximately $6.5 billion over ten years, supporting both the VA and the Department of Defense. The solicitation includes detailed requirements for imaging modalities, compliance with DICOM standards, and contractor responsibilities for training and product support, with proposals due by February 3, 2026. Interested vendors should direct inquiries to LaTonya Whiteside at LaTonya.Whiteside@va.gov by December 18, 2025, to ensure clarity in their submissions.
    DA10--Bi-Directional Image/Report Exchange
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking information from qualified vendors for a Bi-Directional Image/Report Exchange System to enhance the Veterans Health Administration's (VHA) imaging capabilities. The procurement aims to establish a national enterprise imaging system that integrates with existing electronic health records (EHRs) and community care referral systems, ensuring secure and efficient management of clinically relevant medical imaging for veterans. This initiative is critical for improving access to medical imaging, facilitating seamless data exchange, and supporting advanced workflows, with stringent requirements for security, accessibility, and system performance. Interested parties must submit their responses by December 18, 2025, with questions due by December 5, 2025. For further inquiries, contact Contract Specialist Laura Startek at Laura.Startek@va.gov or 848-377-5089.
    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.
    6525--SEP 2025 Equipment Only Consolidation
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for the "SEP 2025 Equipment Only Consolidation" contract, specifically aimed at procuring medical imaging equipment and related services. This procurement encompasses a variety of medical devices, including but not limited to MRI systems, ultrasound units, and radiographic equipment, which are essential for enhancing diagnostic capabilities and improving healthcare delivery to veterans. The contract is unrestricted, with a due date for offers set for January 14, 2026, at 11:59 PM CST, and interested vendors can direct inquiries to Contracting Officer Teresa Rogofsky at teresa.rogofsky@va.gov. The solicitation includes detailed specifications and requirements, emphasizing compliance with security standards and the need for comprehensive training and support services.
    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.
    DA01--FMBT System Integrator (New Action-Recompete, VA-26-00002411)
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking qualified contractors for the FMBT System Integrator acquisition, identified under solicitation number 36C10B25Q0354, which will be issued through the General Services Administration (GSA) Multiple Award Schedule (MAS) Financial Management (FM) Marketplace. This procurement aims to promote broad competition among various business sizes, including small, disadvantaged, veteran-owned, woman-owned, and HUBZone small businesses, as well as large businesses, ensuring compliance with Executive Order 14249. The solicitation is anticipated to be posted within one week of this notice, with the primary contact for this opportunity being Contract Specialist Angel Santos, who can be reached at Angel.Santos2@va.gov or by phone at 848-377-5096. Interested parties should prepare for the upcoming solicitation and note that the response date for the special notice is August 28, 2025, at 5 PM Eastern Time.
    J059--AGFA Scheduling & Protocoling Software (VA-26-00027032)
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) intends to award a sole source contract for AGFA Scheduling & Protocoling Software to AGFA Healthcare Corporation, as outlined in their Notice of Intent. This procurement aims to secure a web-based solution that is PIV card-enabled, providing essential electronic scheduling and protocoling capabilities, along with necessary integration and managed services support. The selected software is critical for enhancing operational efficiency within the VA's healthcare system. Interested parties may submit a capabilities statement, including an authorization letter from the Original Equipment Manufacturer (OEM), by December 15, 2025, at 3:00 PM Eastern Time, to the Contracting Officer, Earnest Ellison, at Earnest.Ellison@va.gov.