SOURCES SOUGHT
J -- Upgrade Security 583-25
- Notice Date
- 4/10/2025 1:18:49 PM
- Notice Type
- Sources Sought
- NAICS
- 238210
— Electrical Contractors and Other Wiring Installation Contractors
- Contracting Office
- 250-NETWORK CONTRACT OFFICE 10 (36C250) DAYTON OH 45428 USA
- ZIP Code
- 45428
- Solicitation Number
- 36C25025R0077
- Response Due
- 4/30/2025 8:00:00 AM
- Archive Date
- 05/15/2025
- Point of Contact
- Eric Sweatt, Contract Specialist, Phone: 317-988-1511
- E-Mail Address
-
eric.sweatt@va.gov
(eric.sweatt@va.gov)
- Small Business Set-Aside
- VSA Veteran-Owned Small Business Set-Aside (specific to Department of Veterans Affairs)
- Awardee
- null
- Description
- This is a SOURCES SOUGHT SYNOPSIS. The agency is seeking any and all interested, eligible and qualified sources (all veteran small business). This announcement seeks information from the industry, which will be used for preliminary planning purposes. No proposals are being requested or accepted with his synopsis. THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT SHALL BE AWARDED FROM THIS SYNOPSIS. Respondents will not be notified of the results of this synopsis. THE PROJECT REQUIREMENTS: 1.0 Introduction The Department of Veterans Affairs (VA) Medical Center requires the replacement of the existing Saflok lodging electronic lock system, which is end of life. This project will replace the current system by expanding and integrating the facility s RS2 Technologies Access Control System (ACS) to enhance security through additional card readers, electric strikes, and supporting infrastructure. The contractor shall provide all necessary personnel, equipment, materials, tools, and supervision to perform the work in accordance with VA policies and industry standards. 2.0 Scope of Work The contractor shall remove and properly dispose of all equipment from the existing Saflok lodging electronic lock system as part of the system replacement. All disposals shall be in accordance with applicable federal, state, and local regulations. The contractor shall perform the following tasks: 2.1 System Expansion, Installation, and Removal Provide and install an addition to the existing RS2 Technologies ACS in IT Room 114 to manage 28 additional interior bedroom doors, replacing the legacy Saflok lodging electronic lock system. Install proximity card readers and electric strikes on 28-bedroom doors utilizing the existing mortise locksets. Provide and install two Life Safety enclosures to house RS2 Technologies door control panels: First floor: Recycle Room 122. Second floor: Storage Room 209. Install and route RS485 communication cable from IT Room 114 to both Life Safety enclosures. 2.2 Reader Upgrades Replace two existing proximity readers with HID Signo readers: Vestibule entrance/exit (Door 100). Dining entrance/exit (Door 112). Replace the existing 4-conductor cable with a new 6-conductor cable. 2.3 Credentialing & Configuration Provide 200 HID Prox II proximity badges. Program and configure the access control system, ensuring full functionality of the installed hardware. 2.4 Project Management Assign a dedicated Project Manager to oversee implementation, coordinate with VA personnel, and provide periodic progress updates. Develop an implementation schedule and maintain adherence to project timelines. Conduct system testing and provide a final acceptance report. 3.0 Deliverables Fully installed and operational RS2 Technologies ACS expansion replacing the existing Saflok system. HID Signo reader replacements at designated locations. Complete system programming and testing. Provision of 200 proximity badges. Final project report detailing installation and verification results. 4.0 Period of Performance The period of performance shall be 90 days, commencing upon contract award and Notice to Proceed (NTP). 5.0 Quality Assurance The contractor must ensure that the new access control system and all the required electrical and mechanical components meet industry standards and project specifications. All work must be inspected and approved by the designated VA COR. Warranty The contractor shall provide a minimum one-year warranty on all parts, labor, and workmanship associated with the installation of the new submersible pump. Safety and Infection Prevention The contractor shall be thoroughly familiar with the rules and regulations governing safety. A 30-Hour OSHA Competent Person shall be present for all work and all additional workers shall have a minimum 10-Hour OSHA Certification. All Skilled Trades workers performing work for this project shall have a valid certification for the work and tasks being performed. The contractor shall submit a hot work permit for any work that involves metal cutting, welding, brazing, grinding, soldering or chemical welding. The contractor shall also establish barriers while conducting hot work in areas near pedestrian or vehicle traffic. The contractor shall confine all operations (including storage/staging of materials) on government premises to areas authorized by the COR. The contractor cannot use interstitial spaces or mechanical rooms as storage space. Contractors are responsible for storing their tools, equipment and materials either in Conex containers on the F lot or at the Cold Spring Road VA Facility. The contractor is required to provide all safety measures to re-route/guide pedestrians and vehicles while restricting or blocking routes or entrances by means of signs, cones, fences, etc. Coordination with the COR and/or VA Police shall be required prior to restrictions or closures. The Richard L. Roudebush VAMC is a smoke-free facility, and it is the contractor s responsibility to maintain the compliance to this policy at construction locations. All work associated with this project shall be in compliance with all VA regulations concerning Safety, Infection Control, Interim Life Safety, personnel access, and proper removal/safe disposal of construction waste and debris. The North American Industry Classification (NAICS) code for this potential acquisition is 238210 - Electrical Contractors and Other Wiring Installation Contractors. The magnitude of this construction project will be Between $25,000 and $100,000. Interested parties responding to this Sources Sought Notice shall submit as much of the following information as possible: Company name and address, point of contact with phone number, email address and DUNS number; Proof of registration in the SAM. If a small business, there should be an applicable SBA record or intent to register before submitting bids for potential solicitation. Capability Statement and Certification (i.e., HVAC, Plumbing, Electrical, etc.) If your firm has a history or is contemplating joining with a partner for this requirement, we ask that you detail that arrangement as well to allow the government to make the most well-informed decision possible. In this event, we advise that you thoroughly investigate whether or not a partnership would affect your business size standard. The response date to this Sources Sought notice is April 30, 2025, at 11:00 AM Eastern Time. Hard copy submissions are not acceptable. The Government will not pay any costs for responses submitted. Electronic submissions are acceptable and may be directed to eric.sweatt@va.gov. All inquiries regarding this Sources Sought Notice should be directed to the same email address. NO ADDITIONAL INFORMATION IS AVAILABLE OTHER THAN WHAT IS NOTED HEREIN. CONCERNS ARE REQUESTED NOT TO CALL THE INDIVIDUAL VANIHCS, REQUESTING MORE INFORMATION.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/535d06436c3c47c8bac4c88f83eecd98/view)
- Place of Performance
- Address: Department of Veterans Affairs Richard L. Roudebush, VA Medical Center 1481 W. 10th St, Indianapolis, IN 46202, USA
- Zip Code: 46202
- Country: USA
- Zip Code: 46202
- Record
- SN07405421-F 20250412/250410230111 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |