BLOCK PAGE!!!

Subscribe For Access

Privately Funded

Bidding Soon

Documents Available

Publicly Funded

Addenda Available

Post-Bid

Saving Project...

This is a service / maintenance or supply contract in Detroit, Michigan. Contact the soliciting agency for additional information.

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 and their size classification relative to NAICS 561621, with a size standard 25 million dollars. The Department of Veterans Affairs (VA), is seeking to identify any vendor capable of providing Intrusion Detection System (IDS) & Physical Access Control System (PACS) maintenance at the VA located in Detroit MichiganA 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 1:00 PM EST, 24-Jan-2024. All responses under this Sources Sought Notice must be emailed to Joshua.Gallien@va.gov with RFQ #36C10D24Q0053, IDS & PACS Services 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: Vet Cert Verified SDVOSB: (Y / N) Vet Cert 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 VetCert Veteran Small Business Certification (sba.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 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) Maintenance & Repair for Intrusion Detection System (IDS) & Physical Access Control System (PACS) Scope: The Contractor shall provide all personnel, equipment, tools, material, supervision, and quality control necessary to perform maintenance and repair to Intrusion Detection System (IDS) & Physical Access Control System (PACS) equipment in VA leased portions of the Patrick McNamara (PM) Federal Building. Place of performance: Building Located at: 477 Michigan Ave, Detroit, Michigan, 48226 Period of performance: The Contractor shall perform the services required under this contract within core operating hours which are 8:00 am until 5:00 pm, Eastern Standard Time (EST), Monday through Friday, except on recognized US Holidays or when the Government facility is closed due to local/national emergencies, administrative closures, or similar Government directed facility closings. The period of performance shall be one (1) base year (12 months) with four (4) potential one-year option years to be exercised at the discretion of the Contracting Officer. 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, except December 31, 2027 Martin Luther King Jr. s Birthday - Third Monday in January Washington s Birthday - Third Monday in February Memorial Day - Last Monday in May Juneteenth - June 19th, except June 18, 2027 Independence Day - July 4th, except July 3, 2026 & July 5, 2027 Labor Day - First Monday in September Columbus Day - Second Monday in October Veteran s Day - November 11th, except November 10, 2028 & November 12, 2029 Thanksgiving Day - Last Thursday in November Christmas Day - December 25th, except December 24, 2027 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. 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 (KO) in accordance with FAR subpart 42.5. The KO, VA Detroit Point-of-Contact (VADETPOC) and other Government personnel, as appropriate, may meet periodically with the contractor to review the contractor s performance. At these meetings, the KO 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 KO and VADETPOC, 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. System: The PACS and IDS system consists of the following equipment: Table I Item No. Part Number: Description: Quantity: 1 Z240 Lenel OnGuard WorkStation, L9K19UT#ABA 3.4 GHz i7, 1TB, 8GB 1 2 V246HQL Lenel OnGuard Monitor 24 1 3 Lenel OnGuard Software Lenel OnGuard Software 1 4 LNL-2220 Lenel 2-Reader Intelligent Controller 1 5 FPO150-B100C8D8PE4M1 MCLASS Unified Power System 150W 12/24 VDC 8 Doors 2 6 FPO150/250-2C82D8PE8M2 MCLASS Unified Power System 150W 12/24 VDC 8 Doors 3 7 LNL-1320 Lenel 2-Reader Board 27 8 920PHRNEK00005 RP40 PIV Class Reader 45 9 921PHRNEK0005D RPK40 PIV Class Reader 7 10 1076C-N Recessed Steel Door Contact A 3/4 Diameter, 3/8 Gap SPDT 38 11 DS160 Request to Exit Detector 1 12 4500C-12/24-630-LBM ASSA Abloy, Electric Strike 8 13 Mortise electronic lockset (Yale) 25 14 6000 Power Matic ASSA Abloy, Electronic Door Operator 17 15 Yale, Electronic Panic Bar Hardware 17 16 B9412GV4 Bosch IDS Control Panel 1 17 B920 Bosch Two-line alphanumeric keypad 1 18 B8108A Bosch IDS 16 x 16 Enclosure 1 19 B426 Bosch Ethernet Comm Module 1 20 Inovonics, Wireless Receiver 1 21 269R Honeywell Hold-Up Switch 2 22 EN1235SF Bosch, Fixed Location Wireless Transmitter 47 Routine Maintenance & Inspections: The contractor shall perform inspections & controlled power outages as prescribed in sections 9.1 through 9.2 below: The contractor shall perform four (4) quarterly preventative maintenance inspections per exercised year of the contract. The preventative maintenance inspections shall consist of (2) minor inspections at six-month intervals, or more if required by the manufacturer, and (2) major inspections offset equally between the minor inspections. The contractor must coordinate each inspection with the VARODETPOC. Coordinate means schedule a mutually agreeable time with the VARODETPOC to access the building to perform each inspection. Each inspection must occur within core operating hours, as specified in section 3.1, and when the VA regional office is open for normal business. Each minor inspection shall consist of, at a minimum: Visual checks and operational tests of all console equipment, peripheral equipment, local processors, sensors, electrical and mechanical controls of the system specified in Table I above. Inventory installed PACS and IDS equipment to ensure installed equipment aligns with quantities and type of PACS & IDS equipment specified in Table I. Each major inspection shall consist of, at a minimum: All work described in the minor inspections section, 9.1.2. The contractor shall load test all removable power supplies and batteries in all equipment, containing removable power supplies and batteries, specified in Table I. This includes testing primary and back-up batteries and power supplies. The contractor shall inspect the equipment specified in Table I for loose mounting(s) and connection(s). If batteries or power supplies are faulty or likely to fail prior to next quarterly preventative maintenance inspection, the contractor shall replace the faulty or likely to fail battery(s) at no additional cost to the Government. The contractor shall clean and adjust all equipment specified in Table I in accordance with the equipment manufacturer s recommendations. The contractor shall use reasonable efforts to perform corrective action, to equipment outlined in Table I, if loose mounting(s) or connection(s) are discovered. The contractor shall check for presence of loose wires or frayed insulation associated with the equipment outlined in Table I. The contractor shall ensure the Lenel OnGuard Server database is backed-up. The contractor shall ensure Lenel OnGuard software maintenance is performed. Software maintenance includes, at a minimum: The contractor shall download, install & configure available software updates, from the manufacturer to the equipment outlined in Table I. The contractor shall verify time zone settings and that daylight savings time (DST) settings automatically adjust clock(s) to account for DST. The contractor shall adjust settings as necessary. The contractor shall resolve Lenel OnGuard software generated errors and run diagnostics, as necessary, to ensure software is maintained per software manufacturer s recommendations. The contractor shall correct any problems discovered as a result of the diagnostics. The contractor shall submit a report via E-Mail to the VADETPOC within fourteen (14) calendar days after each quarterly preventative maintenance inspection is conducted. All reports shall be compatible with Microsoft Office products. Each minor inspection report shall include, at a minimum: Report any instances where functionality of the equipment is deteriorated and provide recommended solution to ensure the equipment performs at optimal functionality intended by the manufacturer. Any changes to quantities of PACS or IDS equipment as specified in Table I. Each major inspection report shall include, at a minimum: All content required to be present in each minor inspection report, as outlined in section 9.1.4.1. Results of power supply and battery load testing. Report any batteries that were replaced including: date of replacement, room of the building replacement occurred in & affected equipment. Report any software upgrades that occurred including, at a minimum: software manufacturer s name, software name, software version prior to upgrade, software version after upgrade. Report instances where the equipment should be upgraded and provide rationale and a quote for the equipment upgrade to include, parts and labor hours. Report any instances where correction of loose mounting(s) or connection(s) is not possible and articulate proposed solution(s). The contractor shall perform two (2) biannual controlled power outages per exercised year of the contract. These controlled power outages are to be scheduled with the VARODETPOC and may be conducted after core operating hours. Each biannual controlled power outage includes, at a minimum: The contractor must coordinate each controlled power outage with the VARODETPOC. Coordinate means schedule a mutually agreeable time with the VARODETPOC to access the building to perform the controlled power outage. The inspection may occur outside of core working hours as defined in section 3.1. The contractor will not be compensated for work performed immediately before or after core operating hours. The contractor shall remove electrical power to all PACS and IDS equipment outlined in this contract. Electrical power shall be removed from equipment in alignment with equipment manufacturer s recommendations. Electrical power shall be secured to all equipment prior to any contractor action to reapply power. The contractor shall begin reapplying power, to the equipment, 60 seconds or more after the last piece of equipment has electrical power removed. Once power is restored, the contractor shall verify, via functionality tests, normal functionality of: All proximity badge readers All duress buttons. Any other equipment, within the scope of this contract, that receives, processes, and transmits communication signals. The contractor shall verify that all controllers, powered up from a nonpowered state, shall automatically request a parameter download and reboot to their proper working state. The contractor shall submit a report via E-Mail to the VADETPOC within fourteen (14) calendar days after each controlled power outage is conducted (All reports shall be compatible with Microsoft Office products). The report shall include, at a minimum: Time and date of functionality tests. Indicate whether the test is a first test or a re-test following correction of a problem(s) requiring correction action. Identify all equipment tested. Identify names of personnel who were present for functionality tests. Identify building location of all problems requiring corrective action as well as system(s), subsystem(s) and all equipment affected. Identify recommended corrective action to resolve issue. Identify anticipated date of corrective action. Describe corrective action or resolution taken. Identify person(s) verifying problem resolution. Service Calls: The contractor shall perform emergency and unscheduled repair services as prescribed below: The contractor shall respond to Government service calls for repairs or maintenance throughout the period of performance. The contractor shall be available to respond to service calls 24 hours a day, 7 days a week, 365 days a year. Work must be initiated, by the contractor, within 8 hours of the Government service call unless otherwise specified by the VADETPOC. Work for Government service calls, that are considered an emergency, must be initiated within 4 hours of the Government service call unless otherwise specified by the VADETPOC. If the contractor determines repairs or maintenance are required to restore the equipment functionality, the contractor shall provide the VARODETPOC a description of proposed repair(s) or maintenance service(s), an itemized cost estimate for performing repair(s) or maintenance & an estimated duration for the repair(s) or maintenance to be completed. Unscheduled corrective maintenance or repair(s) will require Government approval prior to the contractor proceeding with the corrective maintenance or repair(s). Annual License and Software Updates: During the period of performance, the contractor shall install software updates, version upgrades, patches, and updates to any PACS and IDS data processing equipment that has software updates, version upgrades, patches or updates available from the software manufacturer. Software upgrades, version upgrades, patches and updates shall be provided to the Government at no additional cost. Provided means downloaded, installed & configured, by the contractor, onto applicable PACS and IDS computer equipment. Electronic Security System Spare Parts Inventory: The contractor shall prepare a recommended spare parts list and provide it to the VARODETPOC. The contractor is not required to maintain a spare parts inventory. The list shall be updated when new equipment is added to the PACS or IDS or every year whichever is sooner. 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 weekdays 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

Public - Federal

Service, Maintenance and Supply

Plans and Specifications are not available for this project. If that changes, they will be made available here.

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.

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.