Eagle Point and Roseburg National Cemeteries - Alarm Monitoring for fire and security. -- S206
ID: QSE--36C78625Q50076Type: Presolicitation
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

Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14) (SDVOSBC)
Timeline
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    Similar Opportunities
    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.
    Sacramento Valley National Cemetery Grounds Maintenance Services -- S208
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, through the National Cemetery Administration, is seeking proposals for grounds maintenance services at the Sacramento Valley National Cemetery in Dixon, California. The contract, which is set aside for Service-Disabled Veteran-Owned Small Businesses, encompasses a range of landscaping and groundskeeping tasks, including headstone care, turf maintenance, and irrigation system services, with a base period from July 1, 2025, to June 30, 2026, and four additional option years extending through June 30, 2030. This procurement is critical for maintaining the cemetery's solemn environment and ensuring the respectful upkeep of burial sites. Interested contractors must submit their proposals by January 7, 2026, and can contact Contract Specialist Brian Trahan at brian.trahan@va.gov for further information.
    36C78626Q50029 Combined Synopsis Solicitation Herbicide Application JB National Cemetery -- S208
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, National Cemetery Administration, is seeking proposals for herbicide application services at Jefferson Barracks National Cemetery in St. Louis, Missouri. The contractor will be responsible for providing all necessary labor, materials, and equipment to apply Sublime Herbicide Solution for broadleaf and weed control across approximately 273 acres, with additional acreage in option years, adhering to strict application rates and safety standards. This contract is a 100% Service-Disabled Veteran-Owned Small Business set-aside, with a base year from January 2026 to December 2026 and four option years, and proposals are due by December 19, 2025, at 12:00 PM CST. Interested parties should contact Contracting Officer Olalekan Ismail at olalekan.ismail@va.gov for further details.
    H299--AMENDMENT TO REQUEST FOR QUOTES OPEN SOLICITATION UP TO SMALL BUSINESSES 24 HOUR MONITORING AND RECORDING SERVICES 36C24526Q0126
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking quotes from qualified small businesses for 24-hour monitoring and recording services at the Washington DC VA Medical Center. This procurement, identified as RFQ 36C24526Q0126, aims to ensure continuous monitoring and service checks of HVAC and utility systems, with a contract period that includes a base year and two optional years, requiring inspections and detailed logging of deficiencies. The amendment to the solicitation has expanded eligibility to all qualified small businesses, fostering greater competition, and the deadline for quote submissions has been extended to December 22, 2025, at 10:00 AM ET. Interested parties should direct inquiries and submissions to Contracting Officer Bill Pratt at billie.pratt@va.gov or call 410-642-2411.
    Jefferson Barracks National Cemetery, Sylvan Springs, Phase 1 Development
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for the Jefferson Barracks National Cemetery, Sylvan Springs Phase 1 Development project in St. Louis, Missouri. This project aims to expand the cemetery by 33.6 acres, increasing burial capacity to accommodate an estimated 208,000 veterans in the St. Louis area until FY 2045, with a focus on providing efficient casketed and cremation options. The contract, set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), includes general construction and pre-placed crypts, with a total performance period of 912 calendar days, including an Early Turnover phase of 252 days. Proposals are due by January 14, 2026, and interested parties should contact Contracting Officer Joshua Gibson at Joshua.Gibson2@va.gov for further information.
    National Cemetery Administration - Admin Office Supplies - Riverside National Cemetery - 7510
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking interested vendors to provide administrative office supplies for the Riverside National Cemetery. This procurement aims to identify Service-Disabled Veteran Owned Small Businesses and Veteran Owned Small Businesses capable of fulfilling the requirements, which include specific brand-name-or-equal casket labels, temporary tags, gravesite tags, and various OEM or OEM-equivalent toner and ink cartridges. The contract will be structured as an Indefinite Delivery Indefinite Quantity (IDIQ) with a base year and four option years, emphasizing the importance of delivering brand-new, unopened items and ensuring the replacement of any damaged goods at the contractor's expense. Interested parties must submit their company information, capability statements, and pricing samples by December 22, 2025, at 9:00 AM CST, and can contact Stacey Lewallen at stacey.lewallen@va.gov for further inquiries.
    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.
    Y1DA--519-24-400-NRM Install Fire Alarm Bldg. 25
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting offers for a construction project to install a new fire alarm system in Building 25 at the West Texas VA Healthcare System in Big Spring, TX. The project involves replacing the existing Honeywell fire alarm system with a Siemens system, ensuring compatibility with the existing infrastructure and adherence to various safety codes and standards. This upgrade is crucial for maintaining a reliable fire safety system across the campus, with a contract set aside for 100% Service-Disabled Veteran Owned Small Businesses (SDVOSB). Quotes are due by January 2, 2026, at 10:00 AM CST, and interested contractors should submit their proposals electronically to Eileen.Myers@va.gov, with the estimated contract value between $250,000 and $500,000.
    36C78626Q50001 - Janitorial Service Omaha National Cemetery -- S201
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, National Cemetery Administration, is soliciting quotes for janitorial services at the Omaha National Cemetery, with a focus on maintaining a respectful and dignified environment. The contract is set aside for Service-Disabled Veteran-Owned Small Businesses and includes a base year from January 1, 2026, to December 31, 2026, with four additional option years extending through December 31, 2030. The services required encompass daily cleaning, restroom maintenance, and periodic deep cleaning, adhering to strict guidelines due to the cemetery's status as a National Shrine. Quotes are due by December 17, 2025, and must be submitted by registered vendors in SAM with SBA Veteran Small Business Certification; a site visit is scheduled for December 10, 2025. For further inquiries, interested parties may contact Contracting Officer Olalekan Ismail at olalekan.ismail@va.gov.
    Z1PZ-- 648-20-121 Construct Campus Security Fence and Access Control (Vancouver)
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is preparing to solicit bids for the construction of a campus security fence and access control system at the Vancouver campus of the Portland VA Medical Center. This project, identified as 648-20-121, involves comprehensive site preparation, including demolition and installation of materials, with a contract performance period of 270 calendar days. The procurement is particularly significant as it is set aside exclusively for Service-Disabled Veteran-Owned Small Businesses (SDVOSBC) under NAICS code 236220, with an estimated contract value between $5,000,000 and $10,000,000. Interested contractors should note that the solicitation is expected to be released around November 10, 2025, and proposals will be due approximately 45 days after the solicitation is posted. For further inquiries, contact Meredith Valentine at meredith.valentine@va.gov.