Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 23, 2025 SAM #8671
SOLICITATION NOTICE

N -- N063 Cameras Replacement

Notice Date
8/21/2025 10:50:35 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561621 — Security Systems Services (except Locksmiths)
 
Contracting Office
241-NETWORK CONTRACT OFFICE 01 (36C241) TOGUS ME 04330 USA
 
ZIP Code
04330
 
Solicitation Number
36C24125Q0795
 
Response Due
9/12/2025 7:00:00 AM
 
Archive Date
11/11/2025
 
Point of Contact
Sherrye Harris, Contract Specialist, Phone: 508-846-3521
 
E-Mail Address
sherrye.harris@va.gov
(sherrye.harris@va.gov)
 
Small Business Set-Aside
SDVOSBC Service-Disabled Veteran-Owned Small Business Set Aside
 
Awardee
null
 
Description
Attachment 1: Template for Combined Synopsis-Solicitation for Commercial Products and Commercial Services Effective Date: 04/18/2025 Revision: 02 Description This is a combined synopsis/solicitation for commercial products and commercial services prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Products and Commercial Services, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested, and a written solicitation document will not be issued. This solicitation is issued as an RFQ. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular Federal Acquisition Circular 2025 05. This solicitation is set aside for SDVOSB. The associated North American Industrial Classification System (NAICS) code for this procurement is 561621, with a small business size standard of $25.0M. The FSC/PSC is N063. The Network Contracting Office (NCO) 1 of New England. In support of the Edward P. Boland VAMC, Central Western Massachusetts Healthcare System (631), 421 N Main Street (631), Leeds, MA 01053 is seeking to replace the existing card access and closed-circuit monitoring systems. All interested companies shall provide quotations for the following: Supplies/Services LINE ITEM DESCRIPTION Quantity Unit of Measure Unit Price Total Price 1 labor 128 HR $ 205.00 $ 26,240.00 2 cameras 35 EA $ 250.00 $ 8,750.00 3 card readers 32 EA $ 200.00 $ 6,400.00 3 head end 1 EA $ 5,000.00 $ 5,000.00 3 Misc Hardware 1 JB $ 3,000.00 $ 3,000.00 Performance Work Statement Location(s): 2-8 Cherry St., Northampton, MA 01060 General Intent The Contractor shall provide professional services to include all labor, transportation, materials, apparatus, tools, equipment and permits necessary to perform the work in accordance with the contractual requirements. All work must adhere to VHA, OSHA, EPA, Local laws, and Mass DEP standards. Contract Specific Requirements Replace Existing Card Access and Closed-Circuit Monitoring After award, but prior to the start of any field work, the contractor shall contact the contract point of contact (POC) (e.g. Contracting Officer s Representative, COR) to review proposed methods and plans for the completion of the work. All on-site work is to be coordinated with the designated point of contact at least seven (7) days prior to the performance of services. Please note the instructions to offerors related to this solicitation ensure the following requirements are met. All services shall be provided turnkey including any necessary 3rd party pricing and coordination VA personnel shall only be responsible for confirmation of contractor Lock-Out Tag Out (LOTO) and testing plans. Although the building was originally constructed as a residential multifamily, all low voltage or line voltage conductors shall be in conduit/industrial wire mold as appropriate (e.g. no Romex). Reports, Certifications, and all documentation shall be supplied digitally PRIOR to any invoicing. Background The existing system is failing. The incorporated door access keypads are functional, but cameras are unreliable. There are presently 31 cameras, and 32 keypads spread over the 4 units and 4 levels (basement-3rd floor). The current system is S2 card access serviced by Sonitrol/Alarm New England. The following shall be performed: Replace all Cameras with F/UHD Shall have the identical (or improved) field of view as existing Shall not be internet dependent. While IP functionality is acceptable if sufficiently secured as offline, the desired solution is for strict onsite access and physical connectivity Upgrade/Replace all keypads Note this is an occupied building and the current system is the only means of access for residents. change over must be done without a functionality list outside of 0800-1500hours. Contractor to coordinate with VA staff/house manager. Add 2-4 Cameras for surveillance of exterior parking area, back yard and shed. Install head end to support a MINIMUM of 30 days recording time for all cameras Unit shall have capability for >15% future expansion Location to be approved by VA The following apply to all planned work: The contractor is responsible for turnkey installation. Site visit prior to offer is intended to eliminate the potential of unforeseen conditions. VA shall not be responsible for faulty assumptions by offeror. All programing shall be included Solution shall not be cloud based or permit outside access All low voltage or line voltage conductors shall be in conduit/industrial wire mold Chosen solution shall not have any recuring fees such as software maintenance or subscription, it shall be a one-time cost. Chosen solution shall be capable of being fully sustained by VA personnel through expected hardware life and not require proprietary training or tools to sustain. Solutions shall include training for at least 3 VA personnel to navigate and sustain software including but not limited to: Card/FOB access programming including replacement/added devices, deactivating lost or stolen, changing access levels Locating and reviewing recordings Training materials and easy-to-follow standard work instructions with screen captures shall be provided specifically to this install General system navigation and maintenance General Scope Items The following is a list of general scope considerations: All field work shall be scheduled at least 7 business days in advance with POC. The site shall be left clean of all debris and hazardous materials daily. Coordinate with VA CWM HCS GEMS coordinator for the signing of the waste manifests or management regulation. Submit to the POC product data and work plans for all materials prior to utilization.� Site Access and Management Requirements The contractor shall be solely responsible for the management, including all associated labor, equipment, materials, shipping, and inspection, to meet the requirements of the project. The contractor must have the following additional requirements before working on site: Contractor badge, if issued, must be obtained and visibly worn by contractor or representative at all times while on campus. These requirements are applicable to all contractor employees and subcontractors working in and around campus building unless stated otherwise by POC. The contractor is ultimately responsible for the behavior of employees and subcontractors. Any waste generated shall be properly disposed of and documented by the contractor. Questions or concerns shall be addressed with the POC. 7.0 Proposed Schedule All on-site work (including cleanup) shall take place during the following times, unless otherwise approved by the POC: 08:00-16:00h Monday through Friday Off-hour work for activities impacting normal operations or scheduling conflicts is generally 17:00-06:00 Monday- Friday and anytime Saturday and Sunday. Holidays excepted unless other times are arranged in advance and approved in writing by the POC. Offeror Requirements: Completeness and specificity of contractor s plan to adhere to all requirements outlined herein and outlined offer documents required, submitted in writing with offer. Parking Parking is rigidly controlled throughout the Medical Center. Contractor parking is only allowed in designated areas (subject to change). Parking in designated patient parking areas is strictly prohibited. Parking on grass is also prohibited. Parking for equipment necessary to perform the work will be authorized in advance of starting the project. Parking passes will be issued by the POC when necessary. Storage of Equipment and Materials The contractor shall arrange with the POC for allocation of required workspace and for the storage of equipment and material to be used for this project.� Storage space is very limited.� There are no exclusive areas within the campus that can be given to the contractor for their storage needs.� The warehouse CANNOT accept, or store, deliveries associated with a contract and not purchased directly by the VA (i.e. no drop-shipping contract supplies). 8.3 Debris Removal The Contractor/Installer shall be required to remove waste materials and debris daily (unless otherwise authorized by POC) from the campus. All waste material and debris shall be removed off the site by the contractor and shall be disposed of in accordance with applicable State and Federal regulations. Site Utilities In the event a shutdown, restriction, or interruption of any utility services is required, a written request must be submitted (at least 14 calendar days in advance) and approved by the VA POC.� All utility shutdowns must be reviewed and approved by the VA. Material and Workmanship Quality All materials and workmanship shall comply with all codes, standards, and requirements of all Authorities Having Jurisdiction (AHJ). All work shall be done in accordance with contract terms and conditions and in a professional manner according to the best trade practices and to the satisfaction of the POC. This includes work performed by subcontractors. The purchase order period of performance is three months from date of award All on-site work (including cleanup) shall take place during the following times, unless otherwise approved by the POC: 08:00-16:00h Monday through Friday Off-hour work for activities impacting normal operations or scheduling conflicts is generally 17:00-06:00 Monday- Friday and anytime Saturday and Sunday. Holidays excepted unless other times are arranged in advance and approved in writing by the POC. All delivery items shall be FOB Destination. DESCRIPTION FOB Delivery times are arranged in advance and approved in writing by the POC cameras Destination card readers Destination head end Destination Misc Hardware Destination Place of Performance/Place of Delivery Address: 2-8 Cherry Street, Northampton, MA Postal Code: 01060 Country: UNITED STATES The full text of FAR provisions or clauses may be accessed electronically at https://www.acquisition.gov/browse/index/far. The following solicitation provisions apply to this acquisition: FAR 52.212-1, Instructions to Offerors Commercial Products and Commercial Services FAR 52.212-3, Offerors Representations and Certifications Commercial Products and Commercial Services Offerors must complete annual representations and certifications electronically via the System for Award Management (SAM) website located at https://sam.gov/ in accordance with FAR 52.212-3, Offerors Representations and Certifications Commercial Products and Commercial Services. If paragraph (j) of the provision is applicable, a written submission is required. FAR 52.212-2 Evaluation-Commercial Products and Commercial Services [In accordance with FAR 12.301(c) when the use of evaluation factors is appropriate, the contracting officer may (1)� Insert the provision at� 52.212-2, Evaluation-Commercial Products� and� Commercial Services, in� solicitations� for� commercial products� or� commercial services� (see� 12.602); or (2)� Include a similar provision containing all evaluation factors required by� 13.106,� subpart� 14.2� or� subpart� 15.3, as an addendum (see� 12.302(d)).] The following contract clauses apply to this acquisition: FAR 52.212-4, Contract Terms and Conditions Commercial Products and Commercial Services August 2025. All quoters shall submit the following: Completeness and specificity of contractor s plan to adhere to all requirements outlined herein and outlined offer documents required, submitted in writing with offer. LINE ITEM DESCRIPTION Quantity Unit of Measure Unit Price Total Price 1 labor 128 HR $ 205.00 $ 26,240.00 2 cameras 35 EA $ 250.00 $ 8,750.00 3 card readers 32 EA $ 200.00 $ 6,400.00 3 head end 1 EA $ 5,000.00 $ 5,000.00 3 Misc Hardware 1 JB $ 3,000.00 $ 3,000.00 All quotes shall be sent to the: Department of Veterans Affairs Attention: Sherrye Harris, Contract Specialist Sherrye.harris@VA.gov. Award will be based upon a comparative evaluation of quotes in accordance with the Simplified Acquisition Procedures of FAR 13. Comparative evaluation is the side by side pairwise comparison of quotes based on factors resulting in a Contracting Officer decision for the quote most favorable to the Government. A SDVOSB set-aside will be selected. Based on the services/supplies needed we will select the Lowest Price Technically Acceptable (LPTA). The following are the decision factors: Price Technology Warranty/extended warranty Past performance Product support The award will be made to the response most advantageous to the Government. Responses should contain your best terms, conditions. To facilitate the award process, all quotes must include a statement regarding the terms and conditions herein as follows: ""The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition."" OR ""The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following:"" Quoters shall list exception(s) and rationale for the exception(s), if any. Submission of your response shall be received not later than September 12, 2025, at 10AM to sherrye.harris@va.gov. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1. Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to the Point of Contact listed below. Point of Contact Sherrye Harris, Contract Specialist Sherrye.harris@VA.gov.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/27a6337d5ddd47f2ada5462b6a1aaea1/view)
 
Place of Performance
Address: Department of Veterans Affairs Northampton VAMC 2-8 Cherry Street, Northampton 01060, USA
Zip Code: 01060
Country: USA
 
Record
SN07560539-F 20250823/250821230050 (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.