BLOCK PAGE!!!

Subscribe For Access

Privately Funded

Bidding Soon

Documents Available

Publicly Funded

Addenda Available

Post-Bid

Saving Project...

Renovation of a military facility in Detroit, Michigan. Conceptual plans call for the renovation of a military facility.

The purpose of this modification of the Sources Sought Notice is to provide industry with drawing of the facility, allowing vendors to get a better grasp on the requirement. This is a Sources Sought notice only. This is not a request for quotes and no contract will be awarded from this announcement. The Government will not provide any reimbursement for responses submitted in response to this Source Sought notice. Respondents will not be notified of the results of the evaluation. If a solicitation is issued it shall be announced at a later date, and all interest parties must response to that solicitation announcement separately. Responses to this notice are not a request to be added to a prospective bidders list or to receive a copy of the solicitation The purpose of this announcement is to perform market research to gain knowledge of potential qualified sources with the capable of providing and installing PIV Card Readers at the Detroit MI Regional OfficeA per the Statement of WorkA below. This Sources Sought notice provides an opportunity for respondents to submit their capability and availability to provide the requirement described below. Vendors are encouraged to submit information relative to their capabilities to fulfill this requirement, in the form of a statement that addresses the specific requirement identified in this Sources Sought. Information received from this Sources Sought shall be utilized to facilitate the Contracting Officer s review of the market base, for acquisition planning, size determination, and procurement strategy. Submission Instructions: Interested parties who consider themselves qualified to perform the services are invited to submit a response to this Sources Sought Notice by 8:00 PM EST, 01-Nov-2023. All responses under this Sources Sought Notice must be emailed to Joshua.Gallien@va.gov with Sources Sought PIV Card Install in the subject line. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions. Interested parties should complete the attached Sources Sought Worksheet. Parties may submit additional information related to their capabilities, provided it contains all the requirements contained in the Sources Sought Worksheet. Responses to this Sources Sought shall not exceed 8 pages. In addition, all submissions should be provided electronically in a Microsoft Word or Adobe PDF format. Attachment 1 Sources Sought Worksheet QUALIFICATION INFORMATION: Company / Institute Name: _______________________________________________________ Address: ______________________________________________________________________ Phone Number: ________________________________________________________________ Point of Contact: _______________________________________________________________ E-mail Address: ________________________________________________________________ Unique Entity Identifier (UEI) #:A ___________________________________________________ CAGE Code: __________________________________________________________________ SAM Registered: (Y / N) Other available contract vehicles applicable to this sources sought (GSA/FSS/NASA SEWP/ETC): __________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ SOCIO-ECONOMIC STATUS: VIP Verified SDVOSB: (Y / N) VIP Verified VOSB: (Y / N) 8(a): (Y / N) HUBZone: (Y / N) Economically Disadvantaged Women-Owned Small Business: (Y / N) Women-Owned Small Business: (Y / N) Small Business: (Y / N) NOTE: Respondent claiming SDVOSB and VOSB status shall be registered and Center for Veterans Enterprise (CVE) verified in VetBiz Registry www.vetbiz.gov. BASED ON THE RESPONSES TO THIS SOURCES SOUGHT NOTICE/MARKET RESEARCH, THIS REQUIREMENT MAY BE SET-ASIDE FOR SDVOSB, VOSB, SMALL BUSINESSES OR PROCURED THROUGH FULL AND OPEN COMPETITION. CAPABILITY STATEMENT: Provide a brief capability and interest in providing the service as listed in Attachment 2 DRAFT STATEMENT OF WORK with enough information to determine if your company can meet the requirement. The capabilities statement for this Sources Sought is not a Request for Quotation, Request for Proposal, or Invitation for Bid, nor does it restrict the Government to an ultimate acquisition approach, but rather the Government is requesting a short statement regarding the company s ability to provide the services outlined in the SOW. Any commercial brochures or currently existing marketing material may also be submitted with the capabilities statement. This synopsis is for information and planning purposes only and is not to be construed as a commitment by the Government. The Government will not pay for information solicited. Respondents will not be notified of the results of the evaluation. ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ Attachment 2 (DRAFT STATEMENT OF WORK) Department of Veterans Affairs (VA) Addition of badge readers and integration into existing security system SCOPE: The Contractor shall provide all personnel, equipment, tools, material, disposal, supervision and quality control necessary to install three (3) new personal identity verification (PIV) card readers in select areas of VA leased portions of the Patrick McNamara (PM) Federal Building. VA leased portions of the PM Federal Building have numerous PIV card readers already installed. These existing PIV badge readers are communicatively coupled Lenel LNL-1320 dual reader interface (DRI) modules. The dual reader interface modules are communicatively coupled to Lenel LNL-2220 intelligent controllers. The Lenel LNL-2220 intelligent controllers are communicatively coupled to a Windows 2016 server that has Lenel OnGuard software installed. The Lenel OnGuard software can be graphically accessed via a workstation computer. The new badge readers shall integrate into the existing system. BACKGROUND: Three (3) doors in the select areas of the PM Federal Building have cypher locks installed on the doors. The cypher locks are intended to allow only authorized personnel access to secure areas. The cypher locks present security risks that may allow unauthorized personnel to access the secure areas. Replacement of the cypher locks with PIV card readers that dual authenticate personnel will improve security. PERIOD OF PERFORMACE: The Contractor shall perform the services required under this statement of work within normal operating hours 8:00 am to 5:00 pm, Eastern Standard Time (EST), Monday through Friday, except on recognized US Federal Holidays or when the Government facility is closed due to local/national emergencies, administrative closures, or similar Government directed facility closings. The contractor shall complete services within 90 days of contract award. PLACE OF PERFORMANCE: Detroit, Michigan Regional Office 477 Michigan Avenue, 11th & 12th floors Detroit, Michigan 48226 FEDERAL HOLIDAYS: Recognized Holidays: The contractor is not required to work during Federal holidays. The following are recognized US Holidays: New Year s Day - January 1 Martin Luther King Jr. s Birthday - Third Monday in January Washington s Birthday - Third Monday in February Memorial Day - Last Monday in May Independence Day - July 4th Juneteenth - June 20th Labor Day - First Monday in September Columbus Day - Second Monday in October Veteran s Day - November 11th Thanksgiving Day - Last Thursday in November Christmas Day - December 25th TASKS: The contractor shall remove existing cypher locks and install all components as specified below. The contractor shall furnish all necessary connectors, terminators, interconnections, services, components and adjustments required for an operable system. The contractor shall provide Information for proposed items during the solicitation that confirms compliance with requirements. Include the manufacturer s name, model or catalog number, catalog information, technical data sheets, shop drawings, pictures, nameplate data and test reports as required. In addition, the contractor shall provide FIPS 201 compliance certificates for all card readers. GENERAL: The contractor shall install all system components and appurtenances in accordance with the manufacturer s instructions, ANSI C2, and shall furnish all necessary interconnections, services, and adjustments required for a complete and operable system as specified. All equipment shall be attached to walls and ceiling/floor assemblies shall be firmly held in place. Fasteners and supports shall be adequate to support the required load. REMOVAL OF EXISTING CYPHER LOCKS: The contractor shall remove existing cypher locks in an order to ensure doors are capable of being secured when personnel are not monitoring the door that is normally secured. The contractor shall provide barricades or signs that indicate, to Government personnel, that work is in progress. INSTALLATION OF NEW CABLE: The contractor shall ensure the new cabling meets or exceeds manufacturer s recommendations for power and signals for the PACS equipment being installed. The contractor shall provide installation equipment that will prevent the cutting or abrasion of insulation during pulling of cables. The contractor shall comply with BICSI ITSIM, Ch. 6 Cable Termination Practices . The contractor shall not install bruised, kinked, scored, deformed or abraded cable. The contractor shall not splice cable between termination, tap or junction points. Remove and discard cable if damaged during installation and replace with a new cable. The contractor shall ensure cables carrying communication signals, control signals and data are individually shielded to mitigate the effects of electromagnetic interference (EMI) on communications. Ensure shields are grounded to preclude ground loops, noise and surges from affecting system operation. At all locations where there is a wall penetration for conduit to be installed, fire stopping materials shall be applied to that area. INSTALLATION OF NEW HARDWARE INCLUDING, NEW BADGE READERS, ELECTRIC STRIKES, LOCKSETS, SENSORS & DUAL READER INFERFACE MODULES: Install three (3) new PIV cards readers, electric strikes, locksets, sensors & dual reader interface modules, as required, in select areas as identified on attached drawings (attachment 1). The contractor shall: Install new dual reader interface modules, as necessary, to support installation of new card readers. Ensure new dual reader interface modules are installed in a locking cabinet in secure area location specified on attached drawings (attachment 1). It is acceptable for the contractor to use expansion slots located within existing locking cabinets in the secure area. Ensure the installation is in accordance with UL 294. Additionally, ensure the new badge readers, door sensors, electric strikes, cylindrical locks & dual reader interface modules are installed per manufacturer s instructions & recommendations. Each of the new three (3) PIV card readers must: Be powered from its associated controller, Including its standby power source. Utilize dual authentication (card and PIN). Contain read head electronics and a sender to encode digital door control signals. Be FIPS-201 compliant and hard-wired to the PACS data gathering panel. Be annotated on the approved product list found at IDManagement.gov. Be compatible with the existing PAC system installed at the Detroit RO. Use LEDs to indicate card reader status and access status. Provide audible feedback to indicate access granted/denied decisions. Read credential cards whose characteristics of size and technology meet those defined by the latest versions of: ISO/IEC 7816, 14443 & 15693. Be contactless and meet or exceed the following technical requirements: 6.4.3.10.1. Data Output Formats: FIPS 201 low outputs the FASC-N in an assortment of Wiegand bit formats from 40 200 bits. FIPS 201 medium outputs a combination of FASC-N and HMAC in an assortment of Weigand bit formats from 32 232 bits. All Weigand formats or the upgradeability from low to medium levels can be field configured with the use of a command card. 6.4.3.10.2. The reader shall not be able to read a PIV card more than 4 inches from the reader. Install recessed door sensors at each of the select doors. The purpose of the recessed door sensor is to allow a controller to determine the status of the door whether opened or closed. The door sensors shall be hardwired directly to the PACS data gathering panel. Install an electric strike at each door. Each electric strike shall: Be hardwired to the PACS data gathering panel. Be fail-secure. Comply with ANSI / BHMA, Grade 1 requirements. Be flush mounted within the door frame. Made of heavy-duty construction and tamper resistant deign. Utilize a signal switch that will indicate to the system if the strike/bolt is not engaged or is unlocked when it should be secured. Utilize an actuating solenoid for the strike. The solenoid shall move from fully open to fully closed position and back in not more than 500 milliseconds and be rated for continuous duty. Install a new cylindrical lockset at each door. Ensure the cylindrical lockset complies with ANSI A156.2 and Americans with Disability Act (ADA) requirements. Ensure the cylindrical lockset is series 4000, grade I. Ensure the lockset has an interchangeable core and disassembly of the lever or lockset shall not be required to remove the core from the lockset. Ensure the lockset is compatible with a small format interchangeable core (SFIC). Use a sheet metal plate, if necessary, to cover the large hole in the door where the cypher lock was installed. Next, drill holes for the new smaller doorknob and install the new doorknob. PROGRAMMING: The contractor shall provide professional field services to program the initial system parameters for the newly installed PACS components. Programming initial system parameters includes, at a minimum: Ensuring each new reader reports back to the main control panel & physical access control workstation with a time & date a door was accessed, the name of the person accessing the door & the location of the door. TESTING: The contractor shall be responsible to ensure all contractor installed equipment is tested to ensure it is fully compatible & compliant with requirements. The contractor shall demonstrate compatibility & compliance with requirements, to the VA Detroit Point of Contact VADETPOC, prior to Government acceptance. Testing shall consist of, at a minimum: Ensuring new PIV card readers can read, at a minimum, approved V8.1 cards. The approved V8.1 cards are articulated on the approved products list (APL) that has been approved by General Service Administration (GSA). The approved products list can be found at IDManagement.gov. Perform additional testing in accordance with manufacturer s recommendations to ensure the equipment is fully operable. CLEAN UP: Upon completion of work and at the end of each workday, the contractor shall ensure the site is left in a clean safe condition satisfactory to the VADETPOC or COR SAFETY REGULATIONS: All work performed under this contract shall comply with health and safety regulations to include but not limited to Occupational Safety and Health Administration (OSHA) and other applicable Federal and local requirements. Constraints The Government s approval shall be obtained for all equipment and material before delivery to the job site. Submissions shall include the following: Information that confirms compliance with contract requirements. Include the manufacturer s name, model or catalog number, catalog information, technical data sheets, shop drawings, pictures, nameplate data and test reports as required. The contractor shall submit FIPS 201 compliance certificates for all card readers. The contractor shall have five (5) years experience installing and servicing systems of similar scope and complexity and provided evidence of meeting this requirement. The contractor or security subcontractor shall be a licensed and registered as required by law for security contractors. Per Michigan law, the Contractor shall be registered as a system provider in the State of Michigan in accordance with Public Act 580 of 1212, the Security Alarms System Act . GOVERNMENT FURNISHED EQUIPMENT: The Government will not provide Government furnished, material, equipment nor supplies to the contractor. POST AWARD MEETINGS, QUALIFICATIONS AND COORDINATION: Post Award Conference / Periodic Progress Meetings: The contractor agrees to attend any post award conferences convened by the Contracting Officer Representative or designated Government POC in accordance with FAR subpart 42.5. The COR, or VADETPOC and other Government personnel, as appropriate, may meet periodically with the contractor to review the contractor s performance. At these meetings, the CO will apprise the contractor of how the Government views the contractor s performance and the contractor shall apprise the Government of problems, if any, being experienced. The contractor shall timely resolve outstanding issues raised by the Government. Contractor attendance at these meetings shall be at no additional cost to the Government. Contractor Employee s: The contractor s staff shall be fully qualified, professional and customer service oriented. Documentation shall also be provided, to the COR or station point of contact, during the contract performance should any changes in personnel be made. The contractor shall not employ persons for work on this contract if such employee is identified as a potential threat to the health, safety, security, well-being or mission of Government employees. The Contractor or security subcontractor shall be a licensed security contractor with a minimum of five (5) years experience installing and servicing systems of similar scope and complexity. The contractor shall be an authorized regional representative of the Security Management System s (PACS) manufacturer. Coordination with Other Contractors: The Government may award other contracts or additional work not prescribed in this contract. The contractor shall fully cooperate with other such contractors. The contractor shall not commit or permit any act that will interfere with the performance of work by another contractor. SPECIFICATIONS INCORPORATED BY REFERENCE: The following documents of the issue in effect on the date of contract award, form a part of this specification: HSPD-12, Homeland Security Presidential Directive (HSPD) 12, Policy for a Common Identification Standard for Federal Employees and Contractors. General Services Administration (GSA) HSPD-12 Approved Products List, found at IDManagment.gov. FIPS 201-1, Federal Information Processing Standard (FIPS), Personal Identity Verification (PIV) of Federal Employees and Contractors. NIST 800-53, National Institute of Standards and Technology (NIST), Security and Privacy Controls for Information Systems and Organizations. NFPA 731, National Fire Protection Association (NFPA), Standard for the Installation of Premises Security Systems UL 294, Underwriter s Laboratories (UL), UL Standard for Safety Access Control System Units. ANSI / BHMA A156.31, Electric Strikes and Frame Mounted Actuators. ANSI / BHMA A156.2, Locks and Latches. Occupational Safety and Health Administration (OSHA) Standards VA Directive & Handbook 0710, Personnel Security and Suitability Program VA Handbook 6500.6, Contract Security SECURITY All Contractors and Contractor personnel shall be subject to the same Federal security and privacy laws, regulations, standards and VA policies as VA, including the Privacy Act, 5 U.S.C.A552a, and VA personnel, regarding information and information system security. Contractors must follow policies and procedures outlined in VA Directive 6500, Information Security Program; and VA Handbook 6500.6. See attached VA 6500.6 Appendix C which is incorporated in the resulting task order to ensure appropriate security controls are in place. Contractor Personnel Security Any individual who requires access to the VA site(s), personally identifiable information (PII) and/or access to VA local area network (LAN) systems shall be the subject of a favorable fingerprint check (SAC) adjudicated by VBA Personnel Security Office (PERSEC). Individuals are required a background investigation and must receive a favorable adjudication from the VA Personnel Security and Adjudication Center (PSAC). These requirements are applicable to all sub-contractor personnel requiring any Background Investigation (BI) conducted by Defense Counterintelligence Security Agency (DCSA). The level of BI will be in accordance with VA Directive 0710 dated June 4, 2010 and is available at http://www.va.gov/vapubs/viewPublication.aspPub_ID=487&FTyp. Background Investigation: The Contractor employee level of BI required for this effort is: Low Risk (T1) Security Employees Moderate Risk (T2) Managers and Directors Note: The position sensitivity should reflect the results from the completion of the PDAT versus the title of the individual. Investigation Documents: Immediately after contract award, the COR will provide the Contractor with the following background investigation documents to be completed by the Contractor and returned thru the COR to VBA PERSEC to begin the background investigations process for all contract employees working on the contract who will have access to VA/VBA facilities, VA systems, or privacy data: Background Investigation Request Worksheet Optional Form 306 Declaration of Federal Employment VBA Contractor Fingerprint Request Form VA Form 0710 Authorization for Release of Information Fair Credit Report (if T2 or higher) (SC) Self-Certification Form (if applicable) VA Form 0711 Request for Personal Identity Verification Card SIC Contractor Background Request Form (unsigned) Submitting Completed Package: Upon receipt of documents listed in above from the COR, the COR will submit the background investigation package to VBA s Personnel Security Specialist. Upon notification of favorable fingerprint results, the COR should request the official VA email account and will be notified of all background investigation requirements preventing the Contractor from an immediate onboard. Thereafter, the Contractor shall receive an email notification from DCSA including detailed instructions regarding completion of the background clearance application process in the Electronic Questionnaires for Investigations Processing (e-QIP) system. e-QIP is an online, internet accessible system, where the Contractor employee shall complete the security questionnaire required for OPM to process background investigation. Once the e-QIP is released by VBA PERSEC, scheduled by OPM, the Contractor may begin work while the background investigation is ongoing. Reciprocation: Contractors who have current favorable background investigation previously conducted by OPM or DCSA may be accepted through reciprocation. When a previous personnel security clearance is currently held, it does not preclude the Contractor form submitting a complete Background Investigation Package as stated above to the COR immediately after contract award for all Contractor employees who will be working on the contract. Pre-Screen: The Contractor shall prescreen all personnel who require access to VA site(s) and/or access to VA LAN systems to ensure they maintain a U.S. citizenship or Alien Registration that authorizes them to work in the U.S., and are able to read, write, speak, and understand the English language. Contractor Performance: Contract performance shall not commence before: The VBA has confirmed favorable fingerprint results, or PSAC confirms that it has received the Contractor s investigative documents, The documents are complete, and that the background investigation information has been released to OPM for scheduling of the background investigation, or VBA or the PSAC has confirmed that the verified investigation will be reciprocated. Copy of Certificate of Investigation (COI): The COR will notify and forward the Contractor a copy of the Certificate of Investigation when the background investigation has been favorably completed or a Certificate of Eligibility (Form 4236) if the investigation has been reciprocated. The Contractor, if notified, of an unfavorable adjudication by the Government, shall withdraw the employee from consideration from working under the contract. Failure to comply, the Contractor personnel security requirements may result in termination of the contract for default. Responsibility: The Contractor shall be responsible for the actions of those contract and subcontract employees it provides to perform work for the VBA. In the event damage arises from work performed by Contractor employees the Contractor will be responsible for resources necessary to remedy the incident. Vendor Selection: Should the Contractor use a vendor other than OPM or DCSA to conduct background investigations, the investigative company must be certified by OPM/DCSA to conduct Contractor background investigations. The Vendor Cage Code number must be provided to the VA PSAC, which will verify the information and conclude whether access to the Government s site(s) and/or VA LAN systems can be granted. Investigative History: The investigative history for Contractor personnel working under this contract must be maintained in the databases of either OPM or DCSA. Government Responsibilities: After the VBA PERSEC has quality controlled the BI package from the Contractor, the VBA PERSEC will send a courtesy e-mail notification to the Contractor and the COR identifying the e-QIP email from DCSA including detailed instructions regarding completion of the BI application process and the level of background that was requested. Upon receipt of required background investigative documents, VBA PERSEC will review the background investigative documents for completion and initiate the background investigation by forwarding the background investigative documents to OPM to conduct the BI. If the background documents are not complete, VBA PERSEC will notify the Contractor and COR of deficiencies and include corrective instructions. VBA PERSEC will pay for background investigations and reciprocals processed through the VA PSAC and conducted by OPM in advance. The COR will notify and forward the Contractor a copy of the Certificate of Investigation when the BI has been favorably adjudicated or a Certificate of Eligibility (Form 4236) if the investigation has been reciprocated. The COR will also notify the Contractor of an unfavorable adjudication by the Government. Training a. All Contractor and sub-contractor personnel requiring access to VA information and VA information systems shall complete the following before being granted access to VA information and networks: Sign and acknowledge understanding of and responsibilities for compliance with the National Rules of Behavior related to access to VA information and information systems. 2) Successfully complete any cyber security and privacy training as required for VA personnel with equivalent information and/or system access. b. The Contractor shall provide to the Contracting Officer a copy of the training certificates and signed Rules of Behavior for each applicable employee within one week days from the date TMS access is granted and annually thereafter, as required. These online courses are located at https://www.tms.va.gov/learning/user/login.jsp The Method of Contractor Selection has not been determined at this Time.

Conceptual

Military

$250,000.00

Public - Federal

Renovation

We’ve obtained documents for this project and are currently processing them.

Subscribe For Documents

2 Record(s)

Subscribe for All Details

Trades Specified

Division 00 - Lorem Ipsum

Division 00 - Lorem Ipsum

Lorem, Ipsum, Dolor, Sit amet

Find More Local Projects

Within 75 Miles of This Project
333
Active Projects
192
Bidding Soon
2,736
All Active Projects
1,121
Updated Recently

One Low Price

  • One license and one market
  • Details and key contacts on all bidding projects
  • Organize your pipeline with a digital bid board
  • Automatically match opportunities to your profile
  • Saved searches deliver daily project leads to your email inbox

Market Pricing Around

  • All Starter Product functionality
  • Access to all documents (plans, specifications, and addenda)
  • Access to planning projects
  • Access to contact information
  • Ability to Export

You’ve Reached the Free View Limit

Want to see more project and bidder data in your market? Check out our product options and see what works best for you and your business.

Come back in [[refresh_days]] to get [[project_count]] more free projects.

Sign-up for Instant Access.

Get Started Now

Get the right
data with Project Intelligence

Share with your network.

Project Shared

with

example@example.com

Upgrade now for industry‑leading commercial construction data.

You've reached the free-view limit.

Thousands of projects are added every week - don't miss out. Explore the best product options for your business and subscribe today.

Get Access Now

Choose what you would like to do.

Seen enough? Want to see more? Subscribe on your own or talk to one of our sales reps.

November 1, 2024

January 30, 2025

img_map_placeholder

477 Michigan Ave, Detroit, MI


Fuel growth with access to the bidding project info your business needs.

Full details, including key contact information, important dates, plans and specifications, on over 500,000 Projects including 5000 updated daily available to subscribers.