SOLICITATION NOTICE
70 -- Project Name: Monitoring Camera and Motion Detector Installations; Station Location: St. Paul, Minnesota, Veterans Affairs Regional Office (VARO); Project Location: Ground Floor - Bishop Henry Whipple Building
- Notice Date
- 8/5/2025 3:38:08 PM
- Notice Type
- Presolicitation
- NAICS
- 334290
— Other Communications Equipment Manufacturing
- Contracting Office
- VETERANS BENEFITS ADMIN (36C10D) WASHINGTON DC 20006 USA
- ZIP Code
- 20006
- Solicitation Number
- 36C10D25Q0151
- Archive Date
- 09/04/2025
- Point of Contact
- Dirk Kelley
- E-Mail Address
-
Dirk.Kelley@va.gov
(Dirk.Kelley@va.gov)
- Small Business Set-Aside
- SDVOSBC Service-Disabled Veteran-Owned Small Business Set Aside
- Description
- This is a Pre-Solicitation Notice synopsizing an upcoming competitive solicitation that satisfies the requirements of Federal Acquisition Regulation (FAR) Subpart 5.2, more specifically FAR 5.204, FAR 5.201, FAR 5.207, and FAR 5.203, as well as FAR 5.101. A Request for Quotation (RFQ) solicitation will be posted on or about Wednesday, August 6, 2025. Quotation submissions will tentatively be due on or about Wednesday, August 20, 2025. The St. Paul, Minnesota, Veterans Affairs Regional Office (VARO) in accordance with the Veterans Benefits Administration (VBA) has a requirement for a Firm-Fixed-Price Purchase Order to provide supplies and incidental installation services, including all labor, materials, apparatus, tools, equipment, supervision, programming, and configuration, identified as the Monitoring Camera and Motion Detector Installations project. The project scope shall include the replacement, removal, and disposal of the existing twenty (20) NetBotz 435/445 surveillance cameras. Twenty (20) new surveillance cameras along with one (1) rack mount that support universal sensors for door contact, leak detection, humidity, smoke, temperature, and vibration shall be provided as well as installed. A standalone server for internal storage that will store camera data externally to the VA network shall be furnished. This requirement also includes seven (7) camera pods that must provide high-definition video surveillance with motion detection as well as customizable motion alerts for zones throughout the data center. Software licenses for these cameras must be provided to base surveillance and to base surveillance compatible with the aforementioned camera pods. The period of performance for this project will be ninety (90) calendar days from the date of award that includes supply delivery, performance, and completion of all services. The North American Industry Classification System (NAICS) Code for this procurement is 334290 [Other Communications Equipment Manufacturing] and the small business size standard is 800 employees. The solicitation will be issued as a RFQ under FAR Part 13. This project will be a total set-aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs). Veterans Affairs Acquisition Regulation (VAAR) 852.219-73 requires that all SDVOSBs must be verified in the Small Business Administration (SBA) Veteran Small Business Certification (VetCert) at https://veterans.certify.sba.gov/. However, the VetCert database portal is now static and is no longer being updated as of August 2024. Please be advised that the official certification database has recently transitioned to the SBA Small Business Search (SBS). To be eligible as a verified SDVOSB, a vendor must be listed as SDVOSB certified in the SBA SBS database (under SBA Certifications) found at https://search.certifications.sba.gov/advanced?page=0. SDVOSB vendors are encouraged to ensure that certification information is current and accurately reflected in the SBA SBS database. Accordingly, the Contracting Officer will check the SBA SBS database to verify SDVOSB certifications and eligibility status. SDVOSBs must be verified at the time of quotation submission, at the time of award, and for the duration of performance of the resultant Purchase Order pursuant to VAAR 819.7006. All businesses must be registered to confirm eligibility in the System for Award Management (SAM). Each entity must represent the status as an SDVOSB concern in SAM.gov. To register in the SAM database, visit https://www.sam.gov. SDVOSBs shall also provide the current annual report and confirmation of filing for VETS-4212 at https://www.dol.gov/agencies/vets/programs/vets4212. All relevant solicitation documents, including the Statement of Work, may be accessed and downloaded upon the solicitation issuance by conducting a search for Solicitation Number 36C10D25Q0151 under Contract Opportunities at https://www.sam.gov. Any Amendments to the RFQ solicitation will also only be posted through Contract Opportunities on SAM. Any prospective offerors are solely responsible for all expenses associated with, responding to, and in preparation of quotation submissions.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/e52b66a2a6b04b9cb15bb4e608c92b68/view)
- Place of Performance
- Address: Saint Paul, MN 55111, USA
- Zip Code: 55111
- Country: USA
- Zip Code: 55111
- Record
- SN07537577-F 20250807/250805230051 (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 |