36C78625Q50076 - Alarm Monitoring - NCA Oregon -- S206
ID: QSE--36C78625Q50076Type: Solicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OFNATIONAL CEMETERY ADMIN (36C786)QUANTICO, VA, 22134, USA

NAICS

Security Systems Services (except Locksmiths) (561621)

PSC

HOUSEKEEPING- GUARD (S206)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Jan 17, 2025, 12:00 AM UTC
  2. 2
    Updated Mar 31, 2025, 12:00 AM UTC
  3. 3
    Due Apr 14, 2025, 8:00 PM UTC
Description

The Department of Veterans Affairs is seeking proposals for alarm monitoring services at the Eagle Point and Roseburg National Cemeteries in Oregon. The procurement aims to establish a firm-fixed-price contract for comprehensive monitoring of fire and security alarm systems, including necessary materials, labor, and equipment for continuous service, monthly reporting, and annual testing. This initiative is crucial for maintaining safety and operational standards at these national cemeteries, ensuring the protection of facilities dedicated to veterans. Interested small businesses, including those owned by service-disabled veterans and HUBZone small businesses, must submit their proposals by April 14, 2025, at 3 PM CST, and can direct inquiries to Stacey Lewallen at Stacey.Lewallen@va.gov.

Point(s) of Contact
Stacey Lewallen
Stacey.Lewallen@va.gov
Files
Title
Posted
The document pertains to the solicitation for alarm monitoring services at the Eagle Point and Roseburg National Cemeteries, covering six buildings. The primary objective is to establish 24-hour monitoring and include annual testing and maintenance of the fire alarm systems in these facilities. The Statement of Work (SOW) specifies the necessary devices and their quantities, which include notification devices like horns and strobes. Previous inspection reports are deemed important, with vendors directed to contact an existing service provider, Medford Alarm, if reports are unavailable. Notably, there are no fire sprinklers in the buildings, and the current fire alarm panels are monitored by Medford Alarm. The proposal also considers the need for new alarm communicators and clarifies that all communication signals currently utilize Medford Alarm’s services. This Request for Proposal (RFP) emphasizes ensuring advanced safety measures and proper maintenance protocols to safeguard the cemeteries’ facilities.
Mar 31, 2025, 7:04 PM UTC
The document outlines the Systems Manual for the Veteran’s Administration at the Eagle Point National Cemetery, focusing on the replacement of administration and maintenance buildings as well as site improvements. It serves as a comprehensive guide for the operation and maintenance of various building systems, including plumbing, HVAC, electrical, and safety measures. Key sections detail equipment specifications, installation sequences, initial setpoints, and maintenance schedules for core systems such as biological waste treatment, air compressors, and energy recovery ventilators. The manual emphasizes the importance of preventative maintenance to ensure proper function and compliance with established standards. It underscores the commitment to a sustainable and safe operational environment, reflecting government priorities in infrastructure management and health compliance. This manual is vital for facilitating effective facility operations, aligning with government RFPs and grant requirements for maintenance and improvements in federal properties.
Mar 31, 2025, 7:04 PM UTC
The file addresses the Eagle Point-Roseburg Fire and Security Alarm Monitoring Request for Proposal (RFP). It outlines inquiries regarding the ongoing monitoring services provided by Medford SOS Alarm Signal, the current provider for the Eagle Point and Roseburg cemeteries. Key questions include whether the Veterans Affairs (VA) can obtain equipment records from Medford SOS directly and if Medford can disclose these details to prospective bidders. It is noted that Medford SOS has not responded to outreach from the contracting officer. Additionally, there are concerns about the potential transition between monitoring companies, with a preference to maintain existing systems for alarm devices, communicators, and communication methods. The necessity for personnel presence during inspections is clarified, indicating that on-site staff are not required, and services may consist of annual or monthly evaluations. Overall, the document reflects the intent to ensure a seamless service provision while clarifying operational expectations within the context of the RFP process for fire alarm monitoring services.
Jan 17, 2025, 8:06 PM UTC
The document is an addendum to FAR 52.212-1, outlining instructions for offerors participating in a competitive solicitation concerning Eagle Point and Roseburg National Cemeteries. It highlights the need for a complete proposal that adheres to specified requirements, with an emphasis on the importance of compliance to avoid disqualification. Offerors must submit completed documents, including a signed 1449 form and Price Schedule, while acknowledging any amendments. A pre-proposal site visit is scheduled for January 24, 2025, encouraging potential bidders to notify the Contracting Officer of attendance, and detailing safety considerations. The evaluation process emphasizes past performance, technical capability, and price, with past performance being the most critical factor. Proposals must demonstrate relevant experience, and pricing must be competitive and reasonable. The Government aims to award a single contract to the offeror representing the best value, integrating an analysis of options without obligation to exercise them. The overall purpose of the document is to guide potential bidders in submitting valid proposals and understanding the evaluation mechanisms for contract award.
Mar 31, 2025, 7:04 PM UTC
The Past Performance Questionnaire (PPQ) is a critical evaluation tool used in government contracting to assess a contractor's past performance on projects. The document is structured into two primary sections: contractor information and client information. Contractors fill out sections that include firm details, work performed, contract specifics, and project descriptions, while clients provide their insights on the contractor's performance. The performance is evaluated through adjectival ratings ranging from Exceptional (E) to Unsatisfactory (U) across various dimensions such as quality, timeliness, customer satisfaction, management, cost management, safety, and general compliance with contractual obligations. Each category contains specific criteria for rating the contractor's work, including problem resolution, adherence to schedules, and ability to manage resources effectively. The overall intention of the PPQ is to collect comprehensive feedback that can inform future contract decisions. This evaluation framework underscores the importance of performance history in securing government contracts and ensuring accountability, facilitating improved oversight and operational efficiency in federal and state/local RFP processes.
Mar 31, 2025, 7:04 PM UTC
This document serves as an amendment to solicitation number 36C78625Q50076, issued by the National Cemetery Administration under the Department of Veterans Affairs. The amendment, effective February 5, 2025, primarily addresses vendor inquiries pertaining to the provision of alarm monitoring services at the Eagle Point-Roseburg National Cemeteries. The amendment clarifies that the solicitation’s terms and conditions remain mostly unchanged, except for the modifications outlined. Vendors are required to acknowledge receipt of this amendment prior to the specified deadline for proposals, with several options provided for acknowledgment. Additionally, an attachment titled "Eagle Point-Roseburg Alarm Monitoring QandA per Solicitation.docx" has been added, detailing the responses to vendor questions. This document reflects the government's ongoing efforts to facilitate transparent communication during the procurement process while ensuring compliance with federal contracting regulations. Overall, it highlights the importance of vendor engagement and adherence to timelines in federal bids.
Mar 31, 2025, 7:04 PM UTC
This government solicitation seeks proposals for alarm monitoring services at Eagle Point and Roseburg National Cemeteries in Oregon. The contract, classified as firm-fixed-price, includes a base year and four option years, with a primary focus on the monitoring of fire and security alarm systems. The awarded contractor is required to provide the necessary materials, labor, and equipment for continuous monitoring, monthly reporting, and annual testing of the alarm systems. The project emphasizes an all-inclusive monthly cost with no additional charges. The proposal is specifically set aside for small businesses, including those owned by service-disabled veterans and HUBZone small businesses. The document outlines detailed service expectations, including listed equipment specifications and preventive maintenance protocols for alarm systems, as well as provisions regarding contractor conduct and compliance with federal regulations. The solicitation reflects the government's commitment to safeguarding its facilities and ensuring the continued operation of essential security measures.
Mar 31, 2025, 7:04 PM UTC
This document amends solicitation number 36C78625Q50076 issued by the National Cemetery Administration, Department of Veterans Affairs. The effective date of this amendment is January 31, 2025. The solicitation period has been extended to February 7, 2025, at 3 PM CST, allowing additional time for contractors to submit their offers. However, no further questions will be accepted after this extension. The document emphasizes the importance of acknowledging receipt of this amendment prior to the specified cutoff date, with potential rejection of offers if not properly acknowledged. Additionally, the amendment notes that several documents related to the solicitation, including past performance questionnaires and statements of work, have been deleted from consideration. This amendment reflects the government’s commitment to transparency and provides relevant information to prospective contractors in a structured manner, ensuring they are aware of any changes to the solicitation timeline or requirements. Overall, the document is critical for managing the procurement process efficiently while maintaining compliance with federal regulations.
Mar 31, 2025, 7:04 PM UTC
The document is an amendment (0002) to the solicitation for Alarm Monitoring Services at the Eagle Point-Roseburg National Cemeteries, issued by the National Cemetery Administration under the Department of Veterans Affairs. It specifically addresses vendor questions related to the solicitation, with an effective date of February 5, 2025. The amendment clarifies that the established terms and conditions of the original solicitation are unchanged except for the updates provided. Offerors are required to acknowledge receipt of this amendment prior to the specified acceptance deadline to avoid rejection of their offers. This modification emphasizes the government's intention to ensure clarity and transparency in the procurement process, reflecting best practices in federal solicitations. The document also includes a new attachment, the "Eagle Point-Roseburg Alarm Monitoring QandA per Solicitation," which outlines the questions and responses pertinent to vendors. Overall, this amendment serves to facilitate the bidding process while maintaining compliance with procurement protocols.
Mar 31, 2025, 7:04 PM UTC
The document is an amendment to a solicitation regarding Alarm Monitoring for Eagle Point - Roseburg National Cemeteries issued by the National Cemetery Administration under the Department of Veterans Affairs. This amendment, identified as number 0003, took effect on February 6, 2025, and is intended to modify the original solicitation by re-attaching important documents that were previously included. The closing date for offers has also been extended to February 12, 2025, at 3 PM CST. Key documents added with this amendment include a Past Performance Questionnaire and two Wage Determination documents relevant to the project. The overarching goal of this solicitation is to secure contract services for alarm monitoring, ensuring that safety and operational standards are met at the designated national cemeteries. All other terms of the original solicitation remain in effect, ensuring continuity in the procurement process while allowing interested contractors additional time to prepare their offers.
Mar 31, 2025, 7:04 PM UTC
This document is an amendment (0004) to the solicitation for alarm monitoring services at the Eagle Point-Roseburg National Cemeteries in Oregon, issued by the Department of Veterans Affairs. The effective date of this amendment is February 12, 2025, and it extends the submission deadline for proposals to February 21, 2025, at 3 PM CST. The amendment also includes the addition of an alarm systems manual as an attachment, which contractors can review. Interested parties may submit questions regarding the manual until February 14, 2025, which the agency will address in subsequent amendments. Contractors must acknowledge receipt of this amendment in their offers to avoid rejection. The amendment ensures that all other terms and conditions of the original solicitation remain unchanged. This amendment underscores the government's ongoing commitment to enhancing security at veteran cemeteries while ensuring transparency and compliance with procurement procedures.
Mar 31, 2025, 7:04 PM UTC
The document is an amendment to an existing solicitation (36C78625Q50076) issued by the National Cemetery Administration under the Department of Veterans Affairs. This specific amendment, numbered 0005 and effective as of February 18, 2025, pertains to the Eagle Point-Roseburg Alarm Monitoring Service and includes updates regarding a Question and Answer (Q&A) session. The Q&A period has now closed, with offers for the solicitation extended until February 21, 2025, at 3 PM CST. The contractor's acknowledgment of this amendment is mandatory to ensure that their submission remains viable. While this amendment introduces changes related to the Q&A process, it is clarified that all other terms and conditions of the original solicitation remain unchanged and in active effect. A final Q&A document is included as an attachment, reflecting the updated information essential for potential contractors involved in this bidding process. This amendment reinforces the government's commitment to transparency and clear communication with vendors participating in federal procurement.
Mar 31, 2025, 7:04 PM UTC
The document is an amendment to solicitation number 36C78625Q50076 issued by the National Cemetery Administration of the Department of Veterans Affairs. It aims to modify the terms of a procurement for alarm monitoring services at Eagle Point and Roseburg National Cemeteries in Oregon. Key changes include opening the solicitation to small businesses and scheduling a site visit on April 7, 2025, at 9 AM PST, with the opportunity for bidders to submit questions by April 8, 2025. The amendment requires bidders to acknowledge receipt of the amendment as part of their proposal submission, which must be organized and returned by the closing date of April 14, 2025, at 3 PM CST. The document emphasizes the importance of adhering to submission requirements and provides directions for bidders to reference the solicitation and amend any proposals as necessary. Overall, this amendment reflects the government's intent to increase small business participation in federal contracts while ensuring compliance with procurement guidelines.
The government document outlines a Request for Proposal (RFP) for the monitoring and maintenance of security and fire alarm systems at Eagle Point and Roseburg National Cemeteries in Oregon. The project encompasses a firm fixed-price contract for an initial year with four additional options, requiring comprehensive monitoring and regular maintenance of alarm systems. Key tasks include monthly reporting, routine testing, annual inspections, software upgrades, and preventative maintenance for various equipment types, including smoke detectors, motion detectors, and cameras. The document stipulates the responsibilities of a designated Contracting Officer’s Technical Representative (COR), who will oversee the contractor’s performance and maintain communication between the contractor, cemetery, and contracting officer. The contract work must prioritize cemetery activities, ensuring burial services remain undisturbed. It emphasizes adherence to federal holiday schedules and OSHA standards for safety. Overall, this RFP reflects a systematic approach to maintaining security and safety systems within federal property, highlighting transparency, accountability, and operational standards necessary for government contracts in the security sector.
Lifecycle
Title
Type
Solicitation
Sources Sought
Similar Opportunities
N063-- NEW Installation of Fire Alarm Annunciator
Buyer not available
The Department of Veterans Affairs is soliciting quotes for the installation of a Fire Alarm Annunciator at the Roseburg VA Medical Center in Oregon. This procurement, designated under solicitation number 36C26025Q0348, requires the contractor to provide a firm-fixed-price contract for the installation of a fire alarm monitoring panel, ensuring compliance with the latest National Fire Protection Association (NFPA) codes and safety regulations. The project is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), reflecting the government's commitment to supporting veteran-owned enterprises, with a performance period from July 1, 2025, to June 30, 2026. Interested contractors must submit their proposals by May 1, 2025, and ensure their registration in the System for Award Management (SAM) is current, with the tentative solicitation issue date set for March 25, 2025. For further inquiries, contact Contract Specialist Robert B Weeks at robert.weeks@va.gov.
J063 - MAINT/REPAIR/REBUILD OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS
Buyer not available
The Department of Veterans Affairs is soliciting proposals for the maintenance, repair, and upgrade of alarm, signal, and security detection systems at the VA SORCC in White City, Oregon. The contract, which is exclusively set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), requires contractors to provide monitoring, technical support, and enhancements for existing security camera systems, ensuring compatibility with current infrastructure and advanced surveillance capabilities. The total estimated award amount is $25 million, with a contract period spanning from April 11, 2025, to April 10, 2030, including a base year and four option years. Interested contractors must submit their quotes via email to Subrina Cantil by April 15, 2025, and may direct inquiries until March 28, 2025.
VA Portland Fire Alarm Troubleshooting and Programming
Buyer not available
The Department of Veterans Affairs is seeking contractors for the VA Portland Fire Alarm Troubleshooting and Programming project, which involves ensuring the proper functioning of the fire alarm system at the VA Portland Health Care System. The contract, valued at approximately $25 million, requires certified technicians to perform troubleshooting, programming, and compliance testing of the fire alarm systems in Building 100, with a performance period from May 1, 2025, to June 30, 2025. This initiative is critical for maintaining safety standards within a healthcare environment, reflecting the VA's commitment to enhancing life safety systems in its facilities. Interested contractors must acknowledge amendments to the solicitation and submit their proposals by April 15, 2025, with further inquiries directed to Danielle Carrico at danielle.carrico@va.gov.
PRESOLICITATION NOTICE: Roseburg National Cemetery Grounds Maintenance Services -- S208
Buyer not available
The Department of Veterans Affairs is seeking qualified contractors to provide grounds maintenance services at the Roseburg National Cemetery in Oregon. The procurement aims to ensure the cemetery's landscaping and groundskeeping are maintained to a high standard, reflecting the respect and honor due to veterans. This opportunity is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), emphasizing the government's commitment to supporting veteran entrepreneurs. Interested parties can reach out to Ralph Crum at ralph.crum@va.gov for further details, with the contract details and timeline to be announced in the forthcoming solicitation.
36C78625Q50100 Office Trailer Rental l Roseburg -- W023
Buyer not available
The Department of Veterans Affairs, through the National Cemetery Administration, is soliciting proposals for the rental and placement of a modular office trailer at the Roseburg National Cemetery in Oregon. The requirements include a 24' x 48' trailer equipped with three offices, two restrooms, and a breakroom, intended to support cemetery operations for an initial one-year term with options for renewal. This procurement is significant as it aims to enhance operational efficiency while maintaining the solemnity and respect associated with the national cemetery environment. Interested vendors, particularly those classified as Service-Disabled Veteran-Owned Small Businesses (SDVOSB), must submit their proposals by April 1, 2025, and direct any inquiries to Ralph Crum at ralph.crum@va.gov.
Amendment 0002 | N063--598-22-125 Repair/Replace Fire Alarm Systems - NLR/JLM
Buyer not available
The Department of Veterans Affairs is seeking proposals from qualified contractors for the Repair/Replacement of Fire Alarm Systems at the Central Arkansas Veterans Healthcare System, specifically at the John L. McClellan Memorial Veterans Hospital and the Eugene J. Towbin VA Healthcare Center. The project aims to replace the existing fire alarm systems with an EST-4 programmable Fire Alarm Control Panel while ensuring minimal disruption to hospital operations, adhering to strict safety protocols, and maintaining compliance with infection control measures. This procurement is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), with a contract value estimated between $2 million and $5 million, and a performance period of 365 days post-notice to proceed. Interested offerors must submit their proposals electronically by April 21, 2025, and can direct inquiries to Contract Specialist Julius Jones at Julius.Jones@va.gov or by phone at 501-918-1200.
J063--Fire Alarm Testing W/Minor Repairs
Buyer not available
The Department of Veterans Affairs is soliciting bids for fire alarm testing and minor repairs at the Malcom Randall VA Medical Center in Gainesville, Florida. The contract encompasses a base year with four optional renewal periods, focusing on ensuring compliance with NFPA standards through regular inspections, testing, and minor repairs capped at $5,000 annually. This initiative is crucial for maintaining the safety and functionality of fire alarm systems within a healthcare environment, reflecting the government's commitment to public safety and support for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs). Interested contractors must submit their proposals by April 21, 2025, and can direct inquiries to Contracting Officer Scott Brickey at scott.brickey@va.gov or by phone at 352-283-2837.
Slope Mowing Services, Natchez National Cemetery
Buyer not available
The Department of Veterans Affairs is soliciting proposals for Slope Mowing Services at the Natchez National Cemetery in Mississippi. The contract will involve maintaining the aesthetic and health of slope areas through mowing, trimming, and related services, adhering to the National Cemetery Administration's standards while ensuring safety and respect for veterans' memorials. This procurement is a total Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside, with a contract anticipated to be awarded as a Firm, Fixed-priced, Indefinite-Delivery, Indefinite-Quantity (IDIQ) for a base period of twelve months, followed by four optional twelve-month periods. Interested vendors must submit their quotes by 3 PM EST on April 18, 2025, to the Contracting Officer, Brian Werner, at brian.werner2@va.gov, and are encouraged to attend a site visit on April 2 or 3, 2025.
Complete Grounds Maintenance at Marietta National Cemetery - SED-859 -- S208
Buyer not available
The Department of Veterans Affairs is seeking proposals for a Complete Grounds Maintenance contract at Marietta National Cemetery in Georgia. This procurement involves a base year of service from June 1, 2025, to May 31, 2026, with the option for four additional one-year extensions, focusing on maintaining the cemetery grounds with dignity and respect. The services required include turf mowing, edging, tree care, and overall maintenance of the cemetery infrastructure, ensuring a respectful environment for veterans and their families. Proposals are due by April 28, 2025, at 2:00 PM EST, and interested parties must be Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and comply with all relevant regulations, including SAM registration. For further inquiries, contact Larry Curtis at larry.curtis@va.gov.
Unarmed Security Guard Services, National Memorial Cemetery of the Pacific, Honolulu, HI
Buyer not available
The Department of Veterans Affairs is seeking qualified contractors to provide unarmed security guard services at the National Memorial Cemetery of the Pacific in Honolulu, Hawaii. The contract requires professional, uniformed security personnel to perform 24/7 patrols, assist with traffic control during ceremonies, and ensure the safety and security of the cemetery grounds while adhering to all federal, state, and local regulations. This opportunity emphasizes the importance of maintaining a dignified and respectful environment for visitors and honoring memorial services. Interested parties must respond by April 14, 2025, and are required to be registered in the System for Award Management (SAM) and certified as a Service-Disabled Veteran-Owned or Veteran-Owned Small Business. For further inquiries, contact Roberto Escobedo at roberto.escobedo@va.gov or Brian Trahan at brian.trahan@va.gov.