J063--Video Surveillance System (VSS) Maintenance, Upgrade and Expansion for Chillicothe VAMC
ID: 36C25025Q5550Type: Solicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF250-NETWORK CONTRACT OFFICE 10 (36C250)DAYTON, OH, 45428, USA

NAICS

Security Systems Services (except Locksmiths) (561621)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS (J063)
Timeline
  1. 1
    Posted Jan 14, 2025, 12:00 AM UTC
  2. 2
    Updated Jan 22, 2025, 12:00 AM UTC
  3. 3
    Due Jan 23, 2025, 3:30 PM UTC
Description

The Department of Veterans Affairs (VA) is seeking proposals for the maintenance, upgrade, and expansion of the Video Surveillance System (VSS) at the Chillicothe VA Medical Center (VAMC). The procurement aims to ensure the functionality and reliability of the VSS, which is critical for maintaining security within the facility, by providing comprehensive maintenance, support services, and installation of necessary equipment. This contract, structured over a base year with four option years, emphasizes compliance with federal, state, and local regulations, and is particularly focused on engaging Service-Disabled Veteran-Owned Small Businesses (SDVOSB). Interested bidders must submit their proposals by January 23, 2025, at 10:30 EST, and can direct inquiries to Contract Specialist Bradley Burhite at Bradley.Burhite@va.gov.

Point(s) of Contact
Bradley BurhiteContract Specialist
Bradley.Burhite@va.gov
Files
Title
Posted
Jan 22, 2025, 11:09 PM UTC
The government file pertains to a Request for Proposal (RFP) for Video Surveillance System (VSS) maintenance and support services at the Chillicothe Veterans Affairs Medical Center (VAMC). The attached documents include the solicitation details, a Performance Work Statement (PWS) outlining the required services, and an appendix that lists applicable security applications. A summary of pre-existing camera systems also forms part of the attachments, facilitating an understanding of the current infrastructure. Additionally, it references a Department of Labor Wage Determination applicable to the contract location, ensuring compliance with wage regulations. This solicitation indicates the federal government's commitment to maintaining enhanced security measures at VAMC, highlighting the necessity for reliable surveillance support services in healthcare settings, particularly for safeguarding veterans’ facilities. Consequently, organizations are invited to submit proposals that demonstrate their capability to fulfill the outlined requirements while adhering to federal guidelines.
Jan 13, 2025, 11:04 PM UTC
The Department of Veterans Affairs is seeking responses for a Sources Sought Notice related to the maintenance, upgrade, and expansion of the Video Surveillance System (VSS) at the Chillicothe VA Medical Center (VAMC). The notice outlines the anticipated project, which includes a base year of service from February 1, 2025, to January 31, 2026, with four additional option years extending until January 31, 2030. Interested contractors are required to provide specific documentation, such as company data, a capabilities statement, and a signed compliance statement regarding subcontracting limitations by the response deadline of December 30, 2024, at 15:00 Eastern Time. The performance will occur at the Chillicothe VAMC, and the contract falls under the NAICS code 561621 for Security Systems Services. The availability of funds for this project is subject to adherence to federal regulations. Prospective offerors are advised to reach out to the contracting officer, Brad Burhite, for any inquiries regarding the notice or requirements.
Jan 22, 2025, 11:09 PM UTC
Amendment 36C25025Q5550-0001 pertains to a modification of a previously issued Request for Proposal (RFP) related to federal grants. The amendment outlines changes to specific terms and conditions, primarily affecting the bidding process and submission requirements for interested parties. Key points include an extension of the proposal submission deadline, adjustments to eligibility criteria for bidders, and specific updates to project scope descriptions. This document serves to ensure clarity and transparency in government contracting, facilitating greater participation from contractors and improving the responsiveness of procurement operations. The strategic intent behind these adjustments is to enhance competition and streamline the procurement process, adhering to federal regulatory frameworks while meeting the needs of government entities. Overall, the amendment reflects ongoing efforts to adapt federal contracting practices to better accommodate potential bidders and improve project outcomes.
Jan 22, 2025, 11:09 PM UTC
Amendment 36C25025Q5550-0002 serves as a modification to a previous Request for Proposals (RFP) related to a federal contract. The primary purpose of this amendment is to clarify and specify additional requirements, deadlines, and expectations for prospective bidders. Key updates include adjustments in submission dates and the inclusion of new evaluation criteria designed to assess contractor capabilities more effectively. The document outlines the structure of the RFP process, emphasizing the importance of compliance with federal guidelines and pre-established qualification standards. It also details the necessity for contractors to demonstrate prior experience and proven success in similar projects, which will play a critical role in the selection process. Overall, this amendment reinforces the government's commitment to transparency and competitiveness in federal contract procurement while ensuring that all parties are well-informed of their obligations. The modifications aim to facilitate a clearer bidding process, ultimately enhancing the quality of proposals received.
Jan 22, 2025, 11:09 PM UTC
Amendment 36C25025Q5550-0003 serves as a modification to an existing federal Request for Proposal (RFP) related to the provision of healthcare services. This amendment addresses updates on previously submitted proposals, clarifying deadlines and responding to vendor inquiries. Key updates include a revised submission timeline and adjustments to evaluation criteria that impact how proposals will be assessed. The document outlines essential details regarding eligibility requirements, acceptable formats for proposals, and the criteria for scoring submissions, emphasizing the importance of compliance with federal standards. Additionally, it indicates that the amendment seeks to enhance transparency and ensure that all potential contractors have equal access to information, facilitating fair competition. This amendment represents the government's commitment to streamlining procurement processes and maintaining clarity and fairness in allocating federal funds for health service contracts. The adjustments aim to optimize the selection process by providing clearer guidelines and expectations for interested parties, ultimately supporting effective delivery of services aligned with federal healthcare goals.
Jan 22, 2025, 11:09 PM UTC
The document outlines an amendment to a federal solicitation by the Department of Veterans Affairs, Network Contracting Office (NCO) 10, concerning procurement processes for Service-Disabled Veteran-Owned Small Businesses (SDVOSB). The amendment extends the deadline for receipt of offers to January 22, 2025, at 15:30 EST. The purpose of this extension is to allow time for responses to questions submitted by potential bidders, ensuring clarity and understanding of the solicitation requirements. Additionally, the amendment indicates that a follow-up solicitation will be issued to provide detailed answers to these inquiries. All terms and conditions from the original solicitation remain unchanged except for the extended deadline. The document structure includes essential fields such as project number, contracting office details, and acknowledgment of receipt methods for the amendment, reflecting standard practices in government procurement documentation.
Jan 22, 2025, 11:09 PM UTC
This document is an amendment to a solicitation (36C25025Q5550) issued by the Department of Veterans Affairs, specifically by the Network Contracting Office (NCO) 10 in Cincinnati, Ohio. The amendment extends the offer submission deadline to January 22, 2025, at 15:30 EST, and provides responses to questions submitted by prospective Service-Disabled Veteran-Owned Small Business (SDVOSB) bidders. Key points addressed include the contractor's responsibility to supply and install cables while the government will provide switches for IT closets, a storage requirement of at least 30 days, details about six pre-existing Network Video Recorder (NVR) units, and confirmation that contractors can store replacement parts onsite in a designated room. Interested offerors are required to acknowledge this amendment by submitting signed copies of the amendments and the complete solicitation via email, with file sizes not exceeding 15MB. This document serves to clarify requirements for prospective bidders and streamline the bidding process while ensuring compliance with federal contracting regulations.
Jan 22, 2025, 11:09 PM UTC
This document is an amendment to a federal solicitation for the Department of Veterans Affairs (VA), specifically from the Network Contracting Office (NCO) 10. The main purpose of the amendment is to extend the deadline for offers from January 22, 2025, to January 23, 2025, at 10:30 EST. This extension provides prospective offerors, particularly Service-Disabled Veteran-Owned Small Businesses (SDVOSB), additional time to review and submit signed copies of previous amendments and the main solicitation document, which were delayed due to a systematic issue on the System for Award Management (SAM) platform. All interested bidders must email their submissions, ensuring that the file size remains within 15MB per email. The amendment also specifies that previous terms and conditions remain unchanged except for the noted modifications. The contracting officer for this amendment is Bradley Burhite, who digitally signed the document confirming its authenticity. This amendment reflects the VA's commitment to transparency and fairness in the solicitation process.
Jan 13, 2025, 11:04 PM UTC
The Performance Work Statement (PWS) outlines the requirements for a non-personnel services contract aimed at maintaining, upgrading, and expanding the Video Surveillance System (VSS) at Chillicothe VA Medical Center (CVAMC). The contractor is responsible for comprehensive technical support, regular inspections, and urgent repairs to ensure the VSS operates effectively 24/7, safeguarding veterans, visitors, and staff. The contract spans from February 2025 to January 2030, covering multiple performance periods with provisions for full compliance with various federal and VA standards. Specific tasks include conducting system assessments, preventive and corrective maintenance, performing annual system testing, training CVAMC staff, and submitting detailed reports. Additional responsibilities involve managing equipment additions each year, ensuring compatibility with existing systems, and implementing recommendations from assessments and verifications. The contractor must also uphold stringent quality control and assurance measures, ensuring timely communication and compliance with contracted service levels, which include maintaining a 98% service uptime and prompt response to outages. By clarifying expectations and establish accountability, this PWS underlines the U.S. government's commitment to maintaining high standards of security for its facilities through effective management and responsiveness in VSS operations.
Jan 13, 2025, 11:04 PM UTC
The Physical Security and Resiliency Design Manual (PSRDM) from the U.S. Department of Veterans Affairs outlines requirements to enhance the safety and operational continuity of VA facilities during emergencies. It replaces the 2015 Physical Security Design Manual and incorporates extensive input from various departments. The manual specifies physical security standards applicable to new constructions or renovations, emphasizing a multi-hazard approach that balances cost and effectiveness while complying with federal laws. Among its key content are definitions of mission-critical (MC) and life-safety protected (LSP) facility classifications, along with guidelines for site considerations, building entrances, and security systems. The PSRDM mandates risk assessments and the integration of physical security in project planning, ensuring facilities remain functional or protect life safety during and after critical events. Moreover, it promotes Crime Prevention through Environmental Design (CPTED) principles and requires coordination with various VA documents. The manual supports strategic planning and budgeting processes, aiming for comprehensive security measures aligned with VA's mission to serve veterans and their families effectively.
The document provides a comprehensive Security System Application Matrix for the Department of Veterans Affairs (VA). It outlines various security technologies and equipment necessary for different facility types, indicating which systems are required or optional across several locations, including medical centers, community clinics, and administrative offices. The matrix details components such as dual authentication systems, biometrics, motion detectors, cameras, duress alarms, and more, specifying their application in various areas like entrances, storage, and sensitive sites. The purpose of this matrix is to standardize security protocols and enhance the safety of VA facilities, ensuring protection against unauthorized access and potential threats. The document underscores the importance of complying with security measures and notes that deviations from the prescribed requirements must be coordinated with relevant VA authorities. It demonstrates the VA's commitment to implementing robust security systems while addressing the needs of varying facility types to maintain the safety of both veterans and staff. The format is systematic, allowing for easy reference and implementation of security measures tailored to specific environments.
The document serves as a compliance certification related to the Federal Acquisition Regulation (FAR) 52.219-14, which outlines limitations on subcontracting for federal solicitations. It is addressed to Brad Burhite, the Contracting Officer of NCO-10, from a legally authorized representative of a company. The representative certifies that their company's proposal complies with the requirement that at least 50% of the contract performance costs related to personnel be incurred for their own employees if awarded the contract. The structure includes a header stating the memorandum's purpose and space for essential details such as the solicitation number, company name, address, and unique identifiers. The emphasis on compliance indicates the company's awareness of federal regulations regarding subcontracting, ensuring a commitment to maintaining the workforce during contract execution. This document underscores the importance of adherence to federal guidelines in government contracting processes.
Jan 13, 2025, 11:04 PM UTC
The government document outlines a proposal for addressing hazardous materials management and compliance with environmental regulations within federal, state, and local jurisdictions. It highlights the importance of conducting pre-alteration surveys to identify and assess environmental risks, specifically related to asbestos-containing materials, lead paint, and other substances regulated under federal guidelines. Key authorities are tasked with implementing comprehensive management strategies that include safe handling, abatement, and remediation prior to construction or renovation activities. The proposal emphasizes the need for thorough assessments as a means to mitigate health risks and ensure adherence to safety protocols. Additionally, it underscores the necessity for continuous monitoring and review processes to maintain compliance with evolving environmental standards. Overall, the document serves as a framework for guiding agencies and contractors in better managing hazardous materials while prioritizing public health and environmental integrity.
Jan 22, 2025, 11:09 PM UTC
The Physical Security and Resiliency Design Manual (PSRDM) of the U.S. Department of Veterans Affairs provides essential guidelines for enhancing the security and resilience of VA facilities. It consolidates previously separate requirements for Mission Critical (MC) and Life-Safety Protected (LSP) facilities into one comprehensive document. This manual, adhering to various federal laws and executive orders, outlines strategies established from assessments of 118 facilities, emphasizing a multi-hazard approach to design. Key sections include risk assessment protocols, decisions on site considerations, building entrances, functional areas, and security systems, detailing the necessary security measures for different types of facilities, such as parking, perimeter barriers, and structural requirements. It stresses the importance of integrating physical security and resiliency in budgeting and planning phases, requiring collaboration with various specialists during project conception. Furthermore, the manual underscores adherence to the Life Safety Code and cybersecurity measures where relevant, with continued operations expected for MC facilities during emergencies. Deviations from set requirements are allowed but must be substantiated through thorough risk assessments. This structured approach ensures the safety of patients, staff, and visitors, enhancing VA's ability to respond effectively to national emergencies.
The document outlines a comprehensive security system application matrix developed by the Department of Veterans Affairs. It specifies required and optional security measures for various facility types, including authentication protocols, surveillance technologies, and emergency communication systems. Key components include dual authentication mechanisms, biometric identification, motion detection technologies, glass break sensors, video surveillance systems, and emergency alert systems. The matrix categorizes different facilities like administration buildings, clinics, and maintenance shops, detailing which security features are mandatory or optional based on their specific security needs. Additionally, it emphasizes the need for robust monitoring capabilities and standardized equipment across VA properties to enhance overall security and operational efficiency. By providing a clear framework for security implementations, the document serves as a critical resource for guiding associated RFPs and grant applications at federal, state, and local levels, ensuring compliance with VA standards and best practices in safety and security management. The systematic approach demonstrates the VA's commitment to safeguarding its facilities and the individuals within them.
The document outlines a comprehensive list of networked video recording (NVR) systems and their associated features. Specifically, it details multiple camera systems linked to NVRs, providing key identification information, including system names, IP addresses, and MAC addresses. The data indicates a structured inventory meant for monitoring and surveillance systems across various locations, ensuring accurate tracking of devices. This enumeration of monitoring systems likely serves government entities seeking to establish or enhance surveillance capabilities through federal or state grants and requests for proposals (RFPs). The detailed structure of IP addresses and MAC addresses suggests a well-organized approach to network security and system integrity, aiding in effective management of recorded footage. Overall, the document showcases an essential component of government initiatives focusing on public safety through advanced technological infrastructures for monitoring situations or locations as part of a larger strategy of crime prevention and surveillance enhancement.
Jan 22, 2025, 11:09 PM UTC
The document appears to be a corrupted or unreadable text, lacking coherent language and meaningful content. Therefore, it's impossible to extract key topics, ideas, or a structured flow typical of government RFPs, federal grants, or state/local RFPs. Without discernible content, no summary can be produced that reflects any relevant context regarding government initiatives, proposals, or grant opportunities pertinent to public administration. Further investigation or access to a valid document would be necessary for an accurate summary or analysis.
Jan 22, 2025, 11:09 PM UTC
The document outlines a request for proposals from the Department of Veterans Affairs (VA) for providing Video Surveillance System (VSS) Maintenance and Support Services at the Chillicothe VA Medical Center (VAMC). This non-personnel services contract includes full assessment, maintenance, installation, and support for the VSS, which is vital for the facility's security. The contract is structured over a base year and four option years, totaling five years, emphasizing that all services must comply with applicable federal, state, and local regulations. The contractor will provide necessary labor, materials, and equipment to maintain the VSS's functionality, conduct annual system tests, and ensure availability during operational hours. The funding is anticipated as a firm-fixed-price contract under FAR Subpart 13.5, with a focus on service-disabled veteran-owned small businesses. A comprehensive quality control plan is mandated to ensure compliance with contractual obligations. This RFP underscores the VA's commitment to maintaining safety for veterans, visitors, and staff by securing the technical and physical integrity of its surveillance systems while promoting competitive bidding among qualified vendors.
Similar Opportunities
6730--Projector Screen Replacement and Installation
Buyer not available
The Department of Veterans Affairs is seeking bids for the replacement and installation of a projector screen at the Louis A. Johnson VA Medical Center in Clarksburg, West Virginia. The procurement involves a retractable 70” x 70” projector screen, with a delivery timeline of 30 days after receipt of order, and is specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) under NAICS Code 334310. This initiative underscores the VA's commitment to enhancing operational capabilities and services for veterans. Interested bidders must submit their proposals electronically by May 1, 2025, at 12:00 PM EST, and can direct inquiries to Contract Specialist James Ferro at James.Ferro@va.gov.
J063--Camera Replacements, PB 657-25-2-3019-0062, (VA-25-00063196)
Buyer not available
The Department of Veterans Affairs (VA) is seeking qualified contractors to replace existing security cameras at the John J. Pershing VA Medical Center in Poplar Bluff, MO, with NDAA-compliant models. The project involves the supply and installation of new VIVOTEK cameras, ensuring proper integration with the existing CCTV system, and adherence to VA Police guidance for optimal camera positioning. This initiative is crucial for enhancing security measures at the facility while complying with regulatory standards. Interested contractors must submit their responses via email to Contract Specialist George Johnson at george.johnson9@va.gov by May 1, 2025, as this is a Sources Sought notice and not a solicitation for bids.
Camera Server Support
Buyer not available
The Department of Veterans Affairs is seeking qualified vendors to provide Security Camera Server & Channel Service Support for the Tomah VA Medical Center in Wisconsin. The procurement aims to upgrade existing security camera systems, add new licenses, and ensure ongoing support for current installations over a five-year period. This initiative is part of the VA's efforts to enhance security measures while prioritizing engagement with Veteran-Owned Small Businesses (VOSB) and Service-Disabled Veteran-Owned Small Businesses (SDVOSB). Interested vendors must submit their qualifications, business size, and capabilities via email to Tiffany Pevey by April 29, 2025, and must be registered in the System for Award Management (SAM) to be eligible.
Z2DA--PAD B100 Chiller Room Leak Detector Replacement
Buyer not available
The Department of Veterans Affairs is soliciting proposals for the replacement of leak detectors in the PAD B100 Chiller Room at the VA Palo Alto Health Care System. The project aims to enhance facility safety by requiring contractors to provide all necessary personnel, equipment, and materials to complete the work within 15 calendar days after receiving a notice to proceed. This procurement is exclusively set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) and will be evaluated based on price considerations, with proposals due by May 5, 2025, following a mandatory site visit on April 9, 2025. Interested contractors should contact Jessica I Newman at Jessica.Newman2@va.gov for further details and ensure compliance with all safety and regulatory requirements outlined in the solicitation documents.
Z2DZ - Improve Security at Mountain View
Buyer not available
The Department of Veterans Affairs is seeking qualified contractors to improve security at the VA Mountain View Center in California. The project entails the installation of a Physical Access Control System (PACS) and an Intrusion Detection System (IDS) in Building 801, requiring contractors to provide all necessary labor, materials, and equipment while ensuring minimal disruption to facility operations. This initiative is crucial for enhancing the safety and security of veteran services, aligning with federal standards for healthcare facilities. Interested contractors, particularly those certified as Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), must submit proposals by May 19, 2025, following a site visit scheduled for April 21, 2025. For further inquiries, contact Kristin Tribble at kristin.tribble@va.gov or (279) 842-7359.
6350--View Station Replacement and Network Switches
Buyer not available
The Department of Veterans Affairs is soliciting quotes for the procurement and installation of view stations, network switches, and associated software at the Sheridan VA Medical Center. This opportunity is specifically set aside for small businesses and aims to enhance the security systems within the facility, ensuring compatibility with existing infrastructure and providing ongoing maintenance and support. The selected vendor will be responsible for delivering and installing the specified equipment, adhering to safety protocols, and providing timely service, with quotes due by April 30, 2025. Interested parties must register in the System for Award Management (SAM) and direct inquiries to Contract Specialist Charles Olise at charles.olise@va.gov.
F014-- Wood Chipping
Buyer not available
The Department of Veterans Affairs is seeking proposals for wood chipping services at the Togus VA Medical Center in Augusta, Maine. The contractor will be responsible for providing all necessary labor, supervision, equipment, and materials for tree and brush chipping, with a total expected award amount of $9.5 million. This contract emphasizes small business participation, particularly from service-disabled veteran-owned and women-owned small businesses, and is crucial for maintaining the facility's operations and safety standards. Interested bidders must submit their offers by May 9, 2025, and are required to acknowledge an amendment to the solicitation, attend a site visit on April 30, 2025, and submit any final questions by May 2, 2025, with responses to be posted by May 6, 2025. For further inquiries, contact Contract Specialist Paula J. Doerfler at Paula.Doerfler@va.gov.
Sources Sought Notice - Video Surveillance System Maintenance and Repairs
Buyer not available
The Department of Defense, specifically the Army Contracting Command-Aberdeen Proving Ground, is seeking sources for the maintenance and repair of Video Surveillance Systems (VSS) at the Tobyhanna Army Depot in Pennsylvania. The procurement aims to ensure the operational reliability of the VSS through a contract that includes preventative maintenance, corrective maintenance, and on-call repairs, structured as a hybrid Firm Fixed Price/Time & Materials agreement with a base year and four optional renewal years. This service is critical for maintaining security at the depot, and interested small businesses must submit a capabilities statement by 12:01 p.m. EST on May 2, 2025, to Deborah Belak at deborah.belak.civ@army.mil, referencing synopsis number PAN007445. No funds are available for the preparation of responses, and all submissions will be treated as voluntary and confidential.
C213-- 2025 Statement of Conditions Survey and Drawings
Buyer not available
The Department of Veterans Affairs is seeking proposals for the 2025 Statement of Conditions Survey and Drawings at the Ralph H. Johnson VA Medical Center in Charleston, South Carolina. The procurement aims to engage a contractor to review and update existing Statement of Conditions documentation to comply with Joint Commission standards, which includes conducting visual inspections, identifying deficiencies, and submitting detailed reports. This initiative underscores the VA's commitment to maintaining safe healthcare environments for veterans while promoting small business participation in federal contracts, with a total contract value of $25.5 million. Interested vendors must submit their proposals by April 30, 2025, at 5:00 PM Eastern Time, and can direct inquiries to Contracting Officer David Parente at David.Parente@va.gov or by phone at 843-252-6747.
DA01--VA-25-00055408 CONTINUOUS ASSET MANAGEMENT AND ENHANCEMENTS
Buyer not available
The Department of Veterans Affairs (VA) is seeking qualified contractors for the Continuous Asset Management and Enhancements project, as outlined in solicitation number 36C10B25Q0233. The primary objective is to identify solutions for effective asset identification and correlation, supporting the VA's Office of Information Security, with a focus on creating and maintaining accurate inventories of assets and software, automating data correlation, and ensuring compliance with security policies. This initiative is crucial for enhancing asset management practices and security compliance within the VA, ultimately benefiting veteran services. Interested vendors must submit their responses by April 4, 2025, at 1:00 PM EST, and can contact Contract Specialist Luis Lozada-Santiago at luis.lozada-santiago@va.gov or 848-377-5245 for further information.