7G21--Concealed Weapons Detection System
ID: 36C25225Q0298Type: Combined Synopsis/Solicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF252-NETWORK CONTRACT OFFICE 12 (36C252)MILWAUKEE, WI, 53214, USA

NAICS

Security Systems Services (except Locksmiths) (561621)

PSC

IT AND TELECOM - NETWORK: DIGITAL NETWORK PRODUCTS (HARDWARE AND PERPETUAL LICENSE SOFTWARE) (7G21)

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 a Concealed Weapons Detection System at the Jesse Brown VA Medical Center in Chicago, IL. This procurement aims to enhance security for patients, staff, and visitors by installing a non-invasive detection system capable of identifying concealed weapons and improvised explosive devices (IEDs). The initiative underscores the VA's commitment to ensuring a safe healthcare environment while promoting engagement with Service-Disabled Veteran-Owned Small Businesses (SDVOSB). Proposals are due by March 20, 2025, and must include detailed specifications, pricing for installation, training, and monitoring services over a five-year contract period, with performance expected to commence between May 1, 2025, and September 30, 2025. Interested parties can contact Contracting Officer Stacy Massey at Stacy.Massey@va.gov or by phone at 414-844-8400 for further information.

    Point(s) of Contact
    Stacy MasseyContracting Officer
    (414) 844-8400
    Stacy.Massey@va.gov
    Files
    Title
    Posted
    The Department of Veterans Affairs (VA) is seeking proposals for a Concealed Weapons Detection System at the Jesse Brown VA Medical Center in Chicago, IL. This procurement aims to enhance security for patients, staff, and visitors through the installation of a non-invasive detection system capable of identifying concealed weapons and improvised explosive devices (IEDs). The solicitation is exclusively open to Service-Disabled Veteran-Owned Small Businesses and requires companies to provide competitive pricing for system installation, training, and monitoring services over a five-year contract period. Proposals must include detailed specifications, compliance with the outlined needs, integration capabilities with existing security systems, and support services. The effective dates for performance start from May 1, 2025, to September 30, 2025, with four additional option years. Key deliverables will include system installation, staff training, and ongoing monitoring, accompanied by progress reports and service documentation. This initiative highlights the VA's commitment to ensuring a safe healthcare environment while promoting veteran-owned businesses in federal contracts, following established federal acquisition regulations. Responses must be submitted by March 20, 2025, with pricing details and compliance statements included to facilitate the evaluation process.
    The document outlines the tailored instructions for offerors responding to a Request for Quotation (RFQ) pertaining to commercial products and services in the federal context. It specifies the small business size standards tied to NAICS codes, emphasizing 500 employees or 150 for certain IT value-added resellers. Offerors must submit detailed quotes including required documentation such as technical descriptions, pricing, warranties, and compliance certificates. The submission process delineates expectations for quote presentation, acceptance timelines, and the necessary offeror qualifications. It invites multiple submissions for flexibility in proposals and outlines the terms for considering late submissions. The government retains the right to reject any quotes and to issue purchase orders based on various evaluation criteria, rather than solely on price. Additionally, it stipulates the necessity of possessing a Unique Entity Identifier for all quotes over the micro-purchase threshold. This document is crucial in guiding small businesses through the competitive procurement process in federal contracting, assuring compliance with federal acquisition regulations.
    The document outlines evaluation criteria for government procurement under solicitation 36C25225Q0298, specifically focusing on commercial products and services. The evaluation process prioritizes the most advantageous quotation for the government, considering various factors. These include compliance with technical specifications, compatibility with existing systems, delivery schedules, contractor capabilities and past performance, and price. Quotations will be assessed comparatively, allowing the government to choose options that exceed minimum requirements when beneficial. Detailed descriptions and adherence to established standards are essential for technical compliance, alongside smooth integration with legacy systems. Additionally, the evaluation will account for contractor reliability concerning deadlines, budget adherence, and client feedback. The overall price will include both basic requirements and options. This structured approach emphasizes a balanced assessment of qualitative and quantitative factors to ensure value for taxpayer resources.
    The document outlines the contract terms and conditions required for compliance with various federal statutes and executive orders in the acquisition of commercial products and services. It enumerates specific Federal Acquisition Regulation (FAR) clauses that contractors must adhere to, which include prohibitions on certain confidential agreements, contractor obligations regarding taxation and ethics, and requirements for reporting on executive compensation and subcontractor practices. Contractors are also obligated to provide accelerated payments to small businesses and avoid contracting with entities involved in prohibited telecommunications products. Additionally, clauses related to labor standards emphasize equal opportunity for veterans, workers with disabilities, and compliance with minimum wage laws. Other stipulations address safety measures, privacy training, and environmental considerations. The purpose of these stipulations is to ensure legal compliance, promote ethical practices, and protect the government’s interests while encouraging small business engagements and safeguarding worker rights. Overall, the document serves as a foundational guideline for federal, state, and local procurement actions to enforce accountability and equity in government contract activities.
    This document outlines the security and privacy requirements for contractors engaged in federal contracts with the Department of Veterans Affairs (VA). It mandates that contractors, subcontractors, and their personnel adhere to the same federal laws and VA directives concerning information security. A key focus is on data rights, outlining that the government retains unlimited rights to data produced, and stipulates limitations on how contractors may use VA information. Security measures include ensuring information is stored and transmitted securely via encryption, conducting audits, and adhering to rigorous incident reporting protocols. Contractors must comply with stringent training and incident response requirements, including immediate reporting of security breaches. Furthermore, when dealing with VA information systems or medical devices, contractors need to ensure compliance with federal laws as well as VA policies regarding cybersecurity, system design, and data handling. Overall, the document serves to establish clear guidelines to protect sensitive VA information and ensure accountability among contractors while emphasizing compliance with updates to federal security regulations.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    6530--RESIDENT GUARD SYSTEM, INSTALLATION, and TESTING
    Buyer not available
    The Department of Veterans Affairs (VA) is seeking businesses capable of providing the Accutech Resident Guard System, along with its installation and testing, at the VA San Diego Healthcare System. This Sources Sought Notice aims to assess vendor capabilities for installing the Resident Guard system across multiple floors of the facility, adhering to NFPA 99 safety standards and ensuring compliance with the Buy American Act. The information gathered will inform potential acquisition strategies, with responses due by March 13, 2025; interested vendors should contact Contracting Officer Lynn Pettit at Lynn.Pettit@va.gov or call 254-899-6001 for further details.
    5836--Video Security Surveillance
    Buyer not available
    The Department of Veterans Affairs is seeking qualified vendors to provide Video Security Surveillance (VSS) equipment for the Greater Los Angeles Healthcare System under solicitation 36C26225Q0599. The procurement aims to expand and upgrade the existing VSS system across multiple facilities, enhancing safety and security for Veterans, staff, and the public through the integration of new technologies, including various camera installations and necessary infrastructure upgrades. This initiative is critical for maintaining a robust security system that complies with federal standards and ensures a safe environment for all stakeholders. Interested parties must submit a capabilities statement by March 17, 2025, detailing their qualifications and compliance with small business classifications, with further announcements to be published on SAM.gov or NASA's SEWP website. For inquiries, contact Contracting Officer Anthony Dela Cruz at anthony.delacruz@va.gov or 562-766-2284.
    6350--Security System
    Buyer not available
    The Department of Veterans Affairs is seeking qualified sources for a security system at the Sussex Vet Center located in Georgetown, Delaware. The procurement aims to establish a system that deters unauthorized access, incorporating features such as alarm systems for doors and windows, as well as motion detectors in critical areas. This initiative is crucial for enhancing the safety and security of the facility. Interested vendors must submit their business classifications, capabilities, and relevant qualifications by March 17, 2025, to Contract Specialist McDaniel Brayboy III at mcdaniel.brayboy@va.gov or by phone at 916-841-7834. It is important to note that this notice is a request for information and does not constitute a solicitation for contract awards.
    1240--Small Arms Accessories (Sights, Flashlight, Holsters)
    Buyer not available
    The Department of Veterans Affairs is seeking bids from Service-Disabled Veteran-Owned Small Businesses (SDVOSB) for the procurement of small arms accessories, specifically sights, flashlights, and holsters for the Southeast Louisiana Veterans Health Care System. The primary objective is to enhance the operational capabilities of police officers by providing them with advanced firearm accessories tailored for the Sig Sauer P320 weapon system, including 65 Romeo-X Pro sights and 65 TLR-1 flashlights, along with holsters for both right and left-handed officers. This procurement initiative underscores the VA's commitment to supporting veteran-owned businesses while ensuring that its law enforcement personnel are equipped with essential tactical gear for improved safety and readiness. Interested vendors must submit their written offers electronically by March 20, 2025, and direct any questions regarding the solicitation to Rachel Babin at Rachel.Babin@va.gov or 504-566-8636 by March 18, 2025.
    4240--NTX - Law Enforcement Duty Gear
    Buyer not available
    The Department of Veterans Affairs is seeking bids for the procurement of law enforcement duty gear through solicitation number 36C25725Q0313, specifically targeting small businesses under a Total Small Business Set-Aside. The contract includes essential items such as bullet-resistant vests and carriers, with a delivery timeline of 90 to 120 days post-award, and emphasizes compliance with safety standards for law enforcement equipment. This procurement is crucial for ensuring the safety and operational readiness of VA law enforcement officers at the VA Medical Center in Dallas, Texas. Interested parties must submit their offers by March 14, 2025, at 10:00 AM Central Time, and can contact Contract Specialist Jesus Casiano at jesus.casiano@va.gov or (210) 617-5377 x 19262 for further information.
    5660--NTX Rolling Steel Doors Replacement
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for the replacement of rolling steel doors at the Dallas VA Medical Center, under the solicitation number 36C25725Q0392. The project requires the installation of weather-resistant rolling steel doors with specific dimensions and security features, emphasizing low maintenance and durability, and is exclusively set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB). This procurement reflects the VA's commitment to supporting veteran-owned businesses while adhering to federal procurement regulations. Proposals are due by March 21, 2025, at 10:00 AM Central Time, with a site visit scheduled for March 12, 2025; interested parties should direct inquiries to Contracting Officer Joseph A. Leyte at Joseph.Leyte@va.gov or by phone at 210-694-6315.
    H912--NEW Base+4 Fire and Fire Smoke Door Inspections
    Buyer not available
    The Department of Veterans Affairs is seeking qualified Service-Disabled Veteran-Owned Small Businesses (SDVOSB) to conduct inspections of fire and smoke doors at the Edward Hines Jr. VA Medical Center in Hines, Illinois. Contractors will be required to provide all necessary labor, materials, tools, and management to perform inspections in compliance with NFPA 80 standards, ensuring adherence to fire safety protocols within the federal medical facility. This procurement underscores the importance of maintaining safety in healthcare environments while promoting opportunities for veteran-owned businesses in government contracting. Interested vendors must submit their responses by March 21, 2025, at 09:00 Central Time, and can reach out to Contract Specialist Debbie Bruening at debbie.bruening@va.gov or by phone at 414-844-4802 for further information.
    6525--Mobile MRI
    Buyer not available
    The Department of Veterans Affairs is seeking market research for the leasing of a mobile Magnetic Resonance Imaging (MRI) machine at the VA Illiana Health Care System located in Danville, Illinois. The requirement specifies a state-of-the-art 1.5T MRI with a 70 cm bore, capable of performing various MRI protocols and software functionalities, including 2D/3D imaging, neuro and angio modalities, and advanced post-processing capabilities. This procurement is crucial for enhancing diagnostic imaging services for veterans, ensuring they receive high-quality medical care. Interested contractors are encouraged to submit their company information and product literature by March 12, 2025, and must be registered in the System for Award Management (SAM). For further inquiries, contact Contracting Officer Stacy Massey at Stacy.Massey@va.gov or call 414-844-8400.
    6515--Eyecon 9430, ScriptPro Eyecon Interface Controller with installation and one year monthly subscription and support to the Marion and Evansville VA Medical Centers
    Buyer not available
    The Department of Veterans Affairs is seeking to procure Eyecon Model 9430 Eyecon Interface Controllers along with installation and a one-year subscription for support services for the Marion and Evansville VA Medical Centers. This procurement aims to enhance the existing Eyecon dispensing systems utilized in outpatient pharmacy settings, thereby improving prescription accuracy and efficiency. The contract is intended for Service-Disabled Veteran-Owned Small Businesses, reflecting the VA's commitment to promoting veteran entrepreneurship, and is based on the proprietary nature of the equipment which necessitates compatibility with existing systems. Interested vendors must demonstrate their capabilities and submit the required documentation to Contracting Specialist Erika Kobulnicky at Erika.Kobulnicky@va.gov or by phone at 913-758-9925 by the specified deadline.
    VA-25-00053651 PAR Excellence Procurement
    Buyer not available
    The Department of Veterans Affairs is seeking responses to a Sources Sought notice for the PAR Excellence Procurement, aimed at identifying potential vendors capable of providing support for the Weight-Based Inventory Management System (WBIMS) at the Clement J. Zablocki VA Medical Center in Milwaukee, Wisconsin. The procurement involves annual support services, including hardware and software maintenance, with a performance period from April 2025 to April 2026, and the possibility of four optional extensions. This initiative is part of the VA's commitment to enhancing healthcare operations for veterans, emphasizing the importance of compliance with federal security and technical standards. Interested parties, particularly service-disabled and veteran-owned businesses, are encouraged to submit their capability packages by March 18, 2025, to Marcela Clark at Marcela.Clark2@va.gov or Juan C. Perez at juan.perez5@va.gov, noting that all submissions will become government property and no feedback will be provided.