SPECIAL NOTICE
J -- Facility Security Upgrades
- Notice Date
- 8/16/2025 10:18:10 AM
- Notice Type
- Special Notice
- NAICS
- 561621
— Security Systems Services (except Locksmiths)
- Contracting Office
- 252-NETWORK CONTRACT OFFICE 12 (36C252) MILWAUKEE WI 53214 USA
- ZIP Code
- 53214
- Solicitation Number
- 36C25225Q0672
- Response Due
- 8/21/2025 7:00:00 AM
- Archive Date
- 11/28/2025
- Point of Contact
- Lori Eastmead, Contract Specialist, Phone: 414-844-4840
- E-Mail Address
-
lori.eastmead@va.gov
(lori.eastmead@va.gov)
- Awardee
- null
- Description
- Under Statutory Authority 40 U.S.C. 501 and 41 U.S.C. 251 the VA Great Lakes Acquisition Center (GLAC) intends to negotiate a sole source contract with Johnson Controls, Inc., for security system equipment and installation. This acquisition is conducted under the authority of 40 U.S.C. 501 and 41 U.S.C. 251 implemented in FAR 8.405-6, only one responsible source and no other supplies or services will satisfy agency requirements. This will be a firm fixed price contract for a one-time service. The NAICS Code is 561621. This Notice of Intent is not a request for competitive quotes. No solicitation documents are available, and telephone requests will not be honored. However, if a firm believes it can meet the requirements it must furnish information about its products and services, as well as references from other customers who are using these products and service to the Contracting Officer by 9:00AM local time 08/21/2025. Supporting evidence must be furnished in sufficient detail to demonstrate the ability to comply with the above requirements. Responses received will be evaluated; however, a determination by the Government not to compete the proposed procurement based upon responses to this notice is solely within the discretion of the Government. If no responses are received, the Contracting Officer will proceed with the sole source negotiation with Johnson Controls, Inc. Capability statements shall be submitted by email only as a MS Word or Adobe PDF attachment to Lori Eastmead at Lori.Eastmead@va.gov. TELEPHONIC INQUIRIES WILL NOT BE ACCEPTED. STATEMENT OF WORK The contractor shall provide management, supervision, proposals, labor, equipment, supplies, installations, and final completion for all expansion projects requested by the Contracting Officer Representative or designee. All work with the proper approval for the building security systems will include Green Bay, Appleton, Cleveland, Union Grove Out-Patient Clinics; Community Referral Resource Center leased by the VA; Honey Creek Corporate Building leased by the VA and the Veteran Affairs Milwaukee Medical Center. All expansion projects must have required certifications for the security systems components and OSHA requirements. This is a statement of work for security systems and is for the VAMC, Green Bay Clinic, Appleton Clinic, Cleveland Clinic, Union Grove Clinic, CRRC, GLAC, and Human Resource Honey Creek and must provide proposals for services, programming, upgrades, licensing, to all approved proposals for security system expansion projects to include as built when the project is completed. All statements of work for the expansion projects below will have the requirements needed to complete each project. REQUIREMENTS Line Item 1: CLC Managers Office s Duress Alarm Adds Contractor will provide and install (3) Duress alarms, one in each of the managers offices of the CLC s, Building s 146, 147, 148 Line Item 2: Building 111 Room 10645 Duress Alarm Adds Contractor will Provide and install (4) duress buttons in Infusion Center Room 10645, and (1) each in restrooms 10640 and 10642 Line Item 3: Building #111 Warehouse Camera Adds Contractor will provide and install (3) cameras in the Warehouse lower storage area where there is currently no camera coverage Line Item 4: DOM 123 Milestone Workstation Add The contractor will provide and install (1) Milestone workstation at DOM123 B Wing Security Desk Line Item 5: Building 111 Room 2146 Card Reader Add Contractor will provide and install access control on door 2146 in Building 111 Line Item 6: Fischer House Milestone Workstation Add The contractor will provide and install (1) Milestone workstation in Fisher House Line Item 7: Building 111 Mailroom B-0443 Duress Alarm Add The contractor will provide and install (1) Duress Button in Room B-0443 under the main desk directly adjacent to the entry door Line Item 8: Building 111 7AN Card Reader Adds Contractor will provide and install (1) card reader, (1) request to exit motion, (1) door contact, and electric door strike for door 7202 and (1) card reader, (1) request to exit motion, (2) door contacts and electric crash bars for door C7A01 Line Item 9: Building 111 and 70 Camera Upgrades/Adds Install (1) New PTZ camera in D Wing Hallway near EC Closet 70-D-17 - Install (1) new PTZ in Chapel Corridor near Red Clinic - Replace (1) existing camera in corridor near C Bank Elevators with new 2 Way camera - Install (1) new Multiview camera overlooking MSA room and corridor - Replace (1) fixed camera in main corridor near A Bank elevator with new 2 way camera - Replace (1) Multiview camera near B Bank Elevators with upgraded version for better image quality -Replace (2) vestibule cameras with updated models that have zoom functionality - Install (1) new PTZ Building 70 corridor near passage from Building 111 - Replace (1) PTZ on Tower 6 with upgraded model to allow for better image quality Line Item 10: Building 111 Room 2412 Card Reader Add Contractor will provide and install (1) card reader, request to exit motion, door contact, and electric door strike Line Item 11: Analog Camera Upgrades Contractor will upgrade analog cameras to IP cameras as listed on below list: BLDG 111 2ND FLOOR OR HALLWAY #1 - Camera 2 BLDG 111 2ND FLOOR OR HALLWAY #1 - Camera 1 BLDG 111 2ND FLOOR OR HALLWAY #1 - Camera 3 BLDG 111 2ND FLOOR OR HALLWAY #1 - Camera 4 BLDG 111 2ND FLOOR OR HALLWAY #2 - Camera 4 BLDG 111 2ND FLOOR OR HALLWAY #2 - Camera 1 BLDG 111 2ND FLOOR OR HALLWAY #2 - Camera 3 BLDG 111 2ND FLOOR OR HALLWAY #2 - Camera 2 BLDG 111 2ND FLOOR OR HALLWAY #3 - Camera 2 BLDG 111 2ND FLOOR OR HALLWAY #3 - Camera 3 BLDG 111 2ND FLOOR OR HALLWAY #3 - Camera 4 BLDG 111 2ND FLOOR OR HALLWAY #3 - Camera 1 BLDG 111 2ND FLOOR OR HALLWAY #4 - Camera 1 BLDG 111 2ND FLOOR OR HALLWAY #4 - Camera 3 BLDG 111 2ND FLOOR OR HALLWAY #4 - Camera 2 BLDG 111 WAREHOUSE CAM 8 BLDG 111 WAREHOUSE CAM 5 BLDG 111 WAREHOUSE CAM 6 BLDG 111 WAREHOUSE CAM 7 BLDG 111 POLICE HOLDING CELL GATE 15 **Need network cable pull from bldg 70 to gate** BLDG 70 COURTYARD E 1 GATE 14 EMPLOYEE LOT **Need network pull from bldg 70 to gate controller** BLDG 111 POLICE ARMORY Line Item 12: Building 111 Room 1821 Card Reader Add Contractor will provide and install (1) card reader, request to exit motion, door contact, and electric door strike Line Item 13: Building 111 Kitchen Loading Dock Camera Add Contractor will provide and install (1) fixed camera in Kitchen loading dock area Line Item 14: CRRC IT Closet Card Reader Upgrade The contractor will provide and install (1) high assurance card reader on the CRRC IT closet Line Item 15: Building #111 Pharmacy Narc Vault Camera Add Contractor will provide and install (2) 360 view cameras in center of NARC Vault and provide and install (4) PTZ cameras in NARC vault as directed by VAPD Line Item 16: Contractor will provide and install (1) dual camera arm on the existing Emergency Tower and install (1) additional PTZ camera on dual arm mount Line Item 17: The contractor will provide and install (3) duress buttons and (1) motion detector in Canteen Offices 1465. Includes installation of cabling, devices, programming and commissioning The place of performance will be: Milwaukee VAMC 5000 West National Avenue Milwaukee, Wisconsin 53295 VA POC: ________________ Contract period of performance: Estimated projects completion timeline is date of award through 12 months. 1. CONTRACT EFFORT REQUIRED General: It is of utmost importance that the contractor utilizes adequately skilled and productive labor to furnish the required level of services specified in this contract. Failure on the part of the contractor to perform satisfactory work and obtain satisfactory results shall necessitate Government action to adjust the contractor s monthly invoices accordingly and/or pursue contract termination. Contractor s personnel are required to sign-in immediately upon arrival on-site, at the Police Operation Center (Building 111), and sign-out at time of departure. The contractor will coordinate all actions with the Project Manager with regards to any door lock or door modifications and installations. This guidance will also apply to any window modifications. 2. DEFINITIONS/ACRONYMS CO Contracting Officer COR Contracting Officer s Representative PIV- Personal Identity Verification PACS- Physical Access Control Systems FIPS 201- Federal Information Processing Standard VAMC Department of Veterans Affairs Medical Center to include Honey Creek and Appleton Normal Work Week Monday through Friday, 7:30 a.m. 4:30 p.m. excluding federal holidays. Competence/Competency A determination by the contractor that its personnel performing maintenance, repair, and inspection services have the requisite individual training, experience, certifications, and capability to perform expected work. Environment of Care Program Consists of basic policies and procedures, VAMC specific, to be provided to the contractor to familiarize contractor s personnel with the work environment before the contractor begins on-site work activities. The purpose is to promote safe and effective on-site work performance. OEM- Original Equipment Manufacturer CRRC Community Referral and Resources Center Federal Holidays Observed by the VAMC: New Year s Day Labor Day Martin Luther King Day Columbus Day Presidents Day Veteran s Day Memorial Day Thanksgiving Day Independence Day Christmas Day Juneteenth Day 3. SERVICES REQUIRED As a minimum, inspections, preventive maintenance, and all expansions shall be completed as required by and in accordance with the following: 1. National Fire Protection Association National Electrical Code, NFPA 70-latest edition 2. National Fire Protection Association Electrical Equipment Maintenance, NFPA 70B-latest edition 3. National Fire Protection Association Electrical Safety Requirements for Employee Workplaces, NFPA 70E-latest edition 4. National Fire Protection Association Health Care Facilities, NFPA 99-latest edition Expansion installations services shall be performed within the normal work week. No non-emergency services shall be performed other than the normal workweek unless prior approval of the COR (or designee) is obtained. All approved proposals will be coordinated with the Police to ensure all components are met for the installation. Acquisition and installation of software updates/upgrades. Perform database back-ups must be coordinated with the VA Police. Provide consultative services to conduct and document performance improvement reviews and resolve system operational problems not covered by other contracts. Security upgrades and expansions shall be completed upon approval unless the contractor requests and obtains approval to perform work later and time. Requests shall be submitted, in writing, to the COR and state: - Reason for requested delay in performance of approved proposal work: - Equipment and functions affected by the delay. - Date and time project are requested to begin: - Duration of project; and - Operational status of equipment during performance of the upgrade. 4. MATERIALS AND PARTS TO BE FURNISHED, INSTALLED, AND/OR REPAIRED BY THE CONTRACTOR Solvents and lubricants shall be of the type specifically approved by the manufacturer of the equipment. Parts/components shall be approved for use by the manufacturer of the building security system to include approval from the COR or designee. Software and hardware updates/upgrades shall be approved for use by the manufacturer of the building security system to include approval from the COR or designee. 5. TEST EQUIPMENT Prior to commencement of work on this contract, the contractor shall provide the VAMC with a copy of the current calibration certification of all test equipment, which is to be used by the contractor on VAMC s equipment. After each proposal is completed by the contractor it must be tested and verified through the Physical Security Specialist. Test equipment calibration shall be traceable to a national standard. 6. UTILITIES FURNISHED BY THE GOVERNMENT Electrical power at existing outlets for the contractor to operate such equipment as is necessary for the performance of work required by this contract. 7. SERVICE MANUALS/TOOLS/EQUIPMENT The VAMC shall not provide tools, (test) equipment, service manuals or service diagnostic software to the contractor. The contractor shall obtain, have on file, and make available to its service personnel all operational and technical documentation (such as operational and service manuals, schematics, and parts list) which are necessary to meet the performance requirements of this contract. The location and listing of the service data manuals, by name and/or the manuals themselves shall be provided to the CO upon request. 8. FACILITY BUILDING SECURITY SYSTEMS COMPONENTS INCLUDED WITHIN THE SCOPE OF THE CONTRACT All items noted above are the facility building systems components and are within the scope of work, unless otherwise noted. The contractor must be able to access systems remotely. The contractor must rapidly resolve problems to minimize the impact of safety and business operations. The contractor must be able to provide a service team that is certified and has knowledge of all system and component needs. The contractor must provide written reports/assessments for testing on all expansions and status of normal status of any upgrade/expansions and as-builts. The contractor must advise the VA of changes in code requirements, reliability standards, and performance improvements as recommended by the manufacturer(s). 9. SERVICE NOT COVERED This contract does not include the performance of any work, as determined solely by the VA, required because of negligence, improper use, accident, vandalism, power line fluctuations, or damage by work performed by others for which the contractor is not directly responsible. The contractor shall not supply nor install new attachments as may be recommended or directed by inspection firms or by State, Municipal, or other Federal Government authorities, unless approved in writing by the Contracting Officer or designee. 10. COMPLIANCE WITH SECURITY REQUIREMENTS IDENTIFICATION, PARKING, SMOKING, AND VA REGULATIONS: The Contractor's employees and/or subcontractors approved by the COR, shall always wear visible identification while on the premises of the VAMC. Identification shall include but not be limited to a company identification card, which shall include the company name, employee name, title, and a photograph of the employee. All employees of the Contractor or Subcontractor providing services to the Government must wear a company uniform identified with the company name and/or logo. Uniforms must be always neat and clean while working in the VA premises and will be approved by the COR. Contractor s personnel may be required to possess and wear VA issued identification cards in addition to the above requirements. It is the responsibility of the Contractor to park in the appropriate designated parking areas. Information on parking is available from the VA Police Section. The VAMC will not invalidate or make reimbursement for parking violations of the Contractor under any conditions. Smoking is prohibited inside any building at the VAMC. Possession of weapons is prohibited. Enclosed containers, including tool kits, shall be subject to search. Violations of VA regulations may result in citation answerable in the United States (Federal) District Court, not a local district, state, or municipal court. The Contractor will be provided keys to access areas in the building. The Contractor shall be responsible for any lost keys, card keys. Associated hardware and any inherent damage (i.e., re-keying of whole building). This cost shall be withheld from payment(s). The decision to re-key the whole facility is solely that of the Government. Any interior or exterior doors that must be unlocked to gain access shall be kept locked during the performance of work. Should any other devices need to be unlocked like an entry gate, those devices must be locked immediately upon entry or exit. At no time shall the contractor allow any person into a locked area or loan keys/access cards to another person. Contractor may be held in default for failure to comply with this requirement and subject the Contractor and employees to contract and other legal remedies. Reserved. VA Contact Person: _________________________________ The Contractor agrees that none of its officers or employees shall use or reveal any research, statistical, medical, patient specific, or security information obtained in the performance of the work without the written consent of the Government. 11. COMPLIANCE WITH THE ENVIRONMENT OF CARE PROGRAM (SAFETY REGULATIONS) In performance of this contract, the Contractor shall train its employees to follow the basic VAMC Environment of Care policies/procedures and standard safe work practices and takes such safety precautions as the Safety Manager or his designee may determine to be reasonably necessary to protect the lives and health of occupants of the building. The Contracting Officer or his/her designee will notify the Contractor of any noncompliance, and the Contractor shall immediately correct the conditions to which attention has been directed. Such notice, when served on the Contractor or his representative at the site of the work, shall be deemed sufficient for the purposes aforesaid. If the Contractor fails or refuses to comply promptly, the Contracting Officer may issue an order halting of all or any part of the work, and Contractor may be held in default. Contractor shall provide to the Contracting Officer, prior to contract start date, Material Safety Data Sheets (MSDS) for all potentially hazardous materials (lubricants, cleaners, working fluids, etc.) to be used in the facility in performance of the contract, and will not use, in the facility, such materials which have not been so cleared in advance with the VAMC. MSDS for new chemicals shall be furnished concurrently with the arrival of the chemicals on site. Additionally, a copy of all required MSDS shall be maintained at the chemical storage site in a location readily accessible to VA personnel. NOTE: OSHA requires used rags and flammable materials to be stored in fireproof containers (provided by the contractor). 12. INVOICES AND PAYMENT Invoices will be submitted when completion of proposal work is done in arrears to the Government Office designated in the solicitation and include the original and one copy. To constitute a proper invoice, it must include, as a minimum the following information: Name of the business concern and invoice date. Contract and purchase order numbers or other authorization for rendering services. Failure to cite these numbers may cause a delay in processing payment. Description, price, and quantity of property and services delivered or rendered. Name (where practicable), title, phone number, and complete mailing address of responsible official to whom payment is to be sent and any other substantiating documentation or information as required by contract. 13. INSURANCE Worker compensation and employer s liability. Contractors are required to comply with applicable Federal and State Worker Compensation and occupational disease statutes. General Liability. Contractors are required to have Bodily Injury Liability Insurance coverage written on the comprehensive form of policy of at least $1,000,000 per occurrence. Property Damage Liability. Contractors are required to have Property Damage Liability insurance coverage of at least $1,000,000. 14. UNAUTHORIZED USE OF GOVERNMENT EQUIPMENT The Contractor shall not allow his/her employees, including Subcontractors employees, to open desk drawers, cabinets, or to use office equipment, including the use of non-pay telephones for any purpose other than a local emergency call. 15. TAX EXEMPTION The Federal Government is exempt from most taxes. Exemption Certificates indicating the Medical Center s tax-exempt status will be furnished by the Contracting Officer upon request.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/7fbe076e8b334135b85c6c79246b3704/view)
- Record
- SN07553826-F 20250818/250816230032 (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 |