Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 14, 2025 SAM #8693
SOURCES SOUGHT

J -- J063, Panic and Intrusion Alarm Replacement and Monitoring, Various Clinics - Portland Veterans Affairs Healthcare System, Dept of Veterans Affairs

Notice Date
9/12/2025 1:35:03 PM
 
Notice Type
Sources Sought
 
NAICS
561621 — Security Systems Services (except Locksmiths)
 
Contracting Office
260-NETWORK CONTRACT OFFICE 20 (36C260) VANCOUVER WA 98661 USA
 
ZIP Code
98661
 
Solicitation Number
36C260-26-AP-0365
 
Response Due
9/26/2026 5:00:00 PM
 
Archive Date
10/11/2026
 
Point of Contact
Danielle Carrico
 
E-Mail Address
danielle.carrico@va.gov
(danielle.carrico@va.gov)
 
Description
THIS IS A SOURCES SOUGHT NOTICE ONLY. This is not a solicitation for bids, proposals, proposal abstracts, or quotations. The purpose of this Sources Sought Notice is to obtain information regarding the availability and capability of all qualified sources to perform a potential requirement. The responses received from interested contractors will assist the Government in determining the appropriate acquisition method. The Department of Veterans Affairs (VA), Network Contracting Office (NCO) 20, is conducting market research to identify potential sources which can provide the following services: Title: Panic and Intrusion Alarm Replacement and Monitoring NAICS Code: 561621, Security Systems Services (except Locksmiths) Locations: Fairview VA Clinic, 1800 NE Market Drive, Fairview, OR 97024 Hillsboro VA Clinic,1925 NE Stucki Ave, 3rd and 4th Floor, Hillsboro, OR, 97006 West Linn VA Clinic, 1750 SW Blankenship Road, Suite 300, West Linn, OR 97068 The Dalles CBOC, 704 Veterans Drive, The Dalles, OR 97058 Bend CBOC, 2650 NE Courtney Drive, Bend, OR, 97701 Salem CBOC, 1750 McGilchrist Street SE, Salem, OR 97302 Tasks: Within 30 days, upon award of the contract, the contractor shall remove, install, and test all new components at each location. This should include, keypads, panels, motion sensors, and wireless panic alarms, to the quantity provided at each location. Motion sensors must be based off of PIR and/or Microwave Technology. Sensors should range in detection distance of 40 to 200 feet depending on the area being covered. Some areas will require 360-degree sensors due to cross areas. Sensors should comprise of anti-masking technology where available. Once installed, Contractor shall provide alarm monitoring 24/7. All Security Systems and components must have the ability to be live tested with the monitoring station every month. This will include individual panic alarms, motion sensors, door contacts, and any other form of input. All systems must have the ability to accept multiple access codes with only one master code. The system should have the ability to track which codes were used to arm and disarm the system. The system should have the capability to be armed and disarmed with the use of a proximity card or key fob. With the possible potential to use HSPD-12 compliant ID cards, commonly known as VA PIV Badges or CAC Cards. The government should have the ability to log into the systems remotely to arm, disarm, and view activity history remotely. Contractor shall reply to repair requests within 4 hours of call. All repairs must be completed within 5 days. If not the contractor needs to supply a detailed action plan and any mitigations Period of Performance: Estimate 12/1/2025-11/30/2026 plus Option Years 1-4. Potential candidates having the capabilities necessary to provide the above stated services are invited to respond to this Sources Sought Notice via e-mail to Danielle Carrico at Danielle.Carrico@va.gov no later than 9/26/2025 at 5PM PT. No telephone inquiries will be accepted. RESPONSES SHOULD INCLUDE THE FOLLOWING INFORMATION: Company name UEI # (sam.gov) Address Business size Point of contact name, phone number, and e-mail address Capability statement GSA Federal Supply Schedule contract, if applicable Disclaimer and Important Notes: This Sources Sought Notice does not obligate the Government to award a contract or otherwise pay for the information provided in response. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. The Government will treat any information received as proprietary and will not share such information with other companies. Any organization responding to this Sources Sought Notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the organization's qualifications to perform the work. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. The Government may or may not issue a solicitation as a result of this announcement. There is no solicitation available at this time.
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/c43d04666f9a471fa9373b4f969c27ca/view)
 
Place of Performance
Address: OR, USA
Country: USA
 
Record
SN07589559-F 20250914/250912230047 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.