Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 07, 2025 SAM #8747
SOLICITATION NOTICE

N -- WEAPONS DETECTION SYSTEM - Base plus 2 OY [605] | POP: 02/01/2026 - 01/31/2029

Notice Date
11/5/2025 2:03:33 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561621 — Security Systems Services (except Locksmiths)
 
Contracting Office
262-NETWORK CONTRACT OFFICE 22 (36C262) Gilbert AZ 85297 USA
 
ZIP Code
85297
 
Solicitation Number
36C26225Q1517
 
Response Due
12/5/2025 9:00:00 AM
 
Archive Date
02/03/2026
 
Point of Contact
Norman Napper-Rogers, Contracting Officer, Phone: 602-795-4170
 
E-Mail Address
Norman.Napper-Rogers@va.gov
(Norman.Napper-Rogers@va.gov)
 
Small Business Set-Aside
SDVOSBC Service-Disabled Veteran-Owned Small Business Set Aside
 
Awardee
null
 
Description
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 (FAC) 2025-06. This solicitation is set-aside for 100% Service-Disabled Veteran-Owned Small Business concerns IAW FAR 19.1405 SDVOSB Set-aside procedures, and VAAR Subpart 819.70, the VA Veterans First Contracting Program. The associated North American Industrial Classification System (NAICS) code for this procurement is 561621, with a small business size standard of $25.0 Million. The FSC/PSC is N063. The VA Loma Linda Healthcare System (VALLHCS), Jerry L. Pettis VA Medical Center (VAMC), located at 11201 Benton Street, Loma Linda, CA 92357-1000 is seeking to purchase a comprehensive Evolv Weapons Detection System (WDS). All interested companies shall provide quotations for the following: Supplies/Services Line Item Description Qty Unit of Measure Unit Price Total Price 0001 Ambulance Entrance - Evolv Dual Lane 1 EA 0002 Main Hospital Entrance - Evolv Dual Lane 1 EA 0003 North Entrance - Evolv Single Lane 1 EA 0004 Employee Entrance - Evolv Single Lane 1 EA 0005 Emergency Room Patient Entrance - Evolv Single Lane 1 EA 1001 Ambulance Entrance - Evolv Dual Lane 1 EA 1002 Main Hospital Entrance - Evolv Dual Lane 1 EA 1003 North Entrance - Evolv Single Lane 1 EA 1004 Employee Entrance - Evolv Single Lane 1 EA 1005 Emergency Room Patient Entrance - Evolv Single Lane 1 EA 2001 Ambulance Entrance - Evolv Dual Lane 1 EA 2002 Main Hospital Entrance - Evolv Dual Lane 1 EA 2003 North Entrance - Evolv Single Lane 1 EA 2004 Employee Entrance - Evolv Single Lane 1 EA 2005 Emergency Room Patient Entrance - Evolv Single Lane 1 EA STATEMENT OF WORK (SOW) Contract Title Evolv Weapons Detection System Subscription & Maintenance Agreement. Background The VA Police at Loma Linda requires a comprehensive Evolv Weapons Detection System (WDS) subscription and maintenance contract with a Base+2 option years structure to ensure the WDS at five (5) entrances remain functional to provide uninterrupted safety and security of the lanes monitored in VA Police Dispatch. The objective of this contract is to engage a qualified vendor to oversee the comprehensive maintenance of the Evolv Weapons Detection System (WDS) at five (5) primary entry points at the Loma Linda VA Medical Center. The WDS is developed to improve safety and security measures by facilitating contactless security screening, allowing VA Police personnel to detect potential threats more effectively and respond with greater efficiency. Objective The objective of this service contract is to have a contractor to provide all labor, materials, supplies, tools, equipment, parts, software (needed for the general operation of the equipment), travel, supervisors, and qualified personnel to complete the removal, installation, and testing of one Emergency Department CT scanner equipment. Scope Incumbent contractor will maintain, repair and/or replace existing parts and components directly related the Evolv Weapons Detection System Lanes, hardware and software on the installed WDS Lanes at Loma Linda VA Medical Center (11201 Benton Street, Loma Linda, CA 92357). The contractor shall be responsible for ensuring timely installation and maintenance of all system updates as they are released. Additionally, the contractor will provide the VA Police Contracting Officer Representative (COR) with quarterly written reports detailing the quarterly status and overall performance of the system. This agreement may be revised in the future to incorporate additional locations. An extended Evolv Maintenance Agreement may also be considered for inclusion in subsequent fiscal years (2026 and 2027) as necessary, following the potential installation of the facility s systems at future sites. The contractor shall provide a Service Support Agreement (SSA) covering the installed equipment, core software, and associated equipment costs as part of the maintenance contract. The Loma Linda Evolv Weapons Detection System (WDS), as defined within the scope of this document includes, but is not limited to, the following items: Wired and Wireless Tablets: 15.6-inch Tablet (39.6 cm) Wired and Wireless tablets: 2 per lane, with 1 Floor and 1 Desktop Stand. Wireless Tablet Specifications: Outdoor 14-inch option ruggedized for weather protection and sunlight. 14-inch Tablet ruggedized for outdoor use with two (2) 90W Batteries on back panel. AC/ DC Power Adapter (19V, 3.42A, 65W) with Power Cord AC/DC for use without battery power. Wireless Tablet Accessories: Extra 90W Batteries. Battery Gang Charger (6 Battery Packs). Single Bay Battery Charger with Adapter. Physical Specifications: Dimensions: Depth: 40.3in (102.4cm). Width: Dual Lane: 130.6in (331.7cm); Single Lane: 73.8in (187.5cm). Height: 74in (188cm). Weight: Dual Lane: 352 lbs. (159.7kg); Single Lane: 281 lbs. (127.5kg). Mat Lip: 0.184in (0.47cm). Mat Height: 0.89in (2.3cm). Lane Opening: Width Each (Optimal): 39.8in (101.1cm). Power: Voltage: 100VAC - 240VAC (+/-10%). Phase: Single Phase. Consumption: Typical 200W max power consumption. Input/Output: Line Cord. USB 2.0 (service access only). Ethernet (RJ45) for Tablet. Environmental Specifications: Operating Temperature: Min: -20C, Max: +55C. Storage Temperature: Min: -40C, Max: +70C. Relative Humidity: Up to 95%. * Ingress Rating: Standard IP54; Outdoor IP56. ** * Outdoor rated unit is Condensing. ** Power and data connectors are IP67, resisting water ingress up to 6 . Specific Work to be Performed: The Evolv System, including the lanes and monitoring tablets within the Police Dispatch shall be connected to an emergency power supply (Red Plug) to ensure uninterrupted operation in the event of unforeseen power or network outages. Additionally, the contractor shall be responsible for comprehensive maintenance of the system to ensure that the WDS remains fully operational at all times. The incumbent contractor will be required to provide training to VA Police personnel on the Evolv Weapons Detection System updates and or changes as they occur quarterly. Evolv Weapons Detection System Maintenance will include maintenance, repairs and/or replacement of equipment on any associated equipment installed as a part of the Evolv Weapons Detection System or necessary equipment that is not already maintained by the facility or a department of the facility, such as conduit and power installed by Facility Management Service (FMS) at the time of the initial install of the system. All other WDS equipment and lanes will be the responsibility of the incumbent contractor. The incumbent contractor will provide proposals, to include detailed cost breakdowns on materials and labor fees, to install any new equipment, outside of the contract limitations, as requested by the Chief of Police, or his designee. Vendor is required to submit an Invoice/Service Order upon the completion of each project/job. The incumbent contractor will employ no less than three (3) Evolv Certified Technicians who will self-perform all required work. Proof of Certification for each technician, authorized to work on the Evolv system, will be filed in the VA Police Records Control System (RCS) 10.1. The purchase order/contract period of performance is 02/01/2026 01/31/2029. Place of Performance/Place of Delivery Address: Department of Veterans Affairs VA Loma Linda Healthcare System (VALLHCS) Jerry L. Pettis VA Medical Center (VAMC) 11201 Benton Street Loma Linda, CA Postal Code: 92357-1000 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 (DEVIATION AUG 2025) FAR 52.252-1, Solicitation Provisions Incorporated by Reference (FEB 1998) FAR 52.212-2, Evaluation-Commercial Products and Commercial Services (DEVIATION AUG 2025) FAR 52.203-11, Certification and Disclosure Regarding Payments to Influence Certain Federal Transactions. (SEP 2024) FAR 52.203-18, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements-Representation. (JAN 2017) FAR 52.204-7, System for Award Management Registration.(DEVIATION NOV 2025) FAR 52.240-90, Security Prohibitions and Exclusions Representations and Certifications. (DEVIATION NOV 2025) VAAR 852.252-70, Solicitation Provisions or Clauses Incorporated by Reference (JAN 2008) The following contract clauses apply to this acquisition: FAR 52.212-4, Contract Terms and Conditions-Commercial Products and Commercial Services (DEVIATION AUG 2025) FAR 52.252-2, Clauses Incorporated by Reference (FEB 1998) FAR 52.203-6, ALT I. Restrictions on Subcontractor Sales to the Government. (NOV 2021) FAR 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements. (JAN 2017) FAR 52.204-9, Personal Identity Verification of Contractor Personnel. (JAN 2011) FAR 52.209-6, Protecting the Government's Interest When Subcontracting With Contractors Debarred, Suspended, Proposed for Debarment, or Voluntarily Excluded. (DEVIATION NOV 2025) FAR 52.209-10, Prohibition on Contracting With Inverted Domestic Corporations. (DEVIATION NOV 2025) FAR 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns. (DEVIATION DATE) FAR 52.219-6, Notice of Price Evaluation Preference for HUBZone Small Business Concerns. (DEVIATION DATE) FAR 52.219-8, Utilization of Small Business Concerns. (DEVIATION DATE) FAR 52.219-14, Limitations on Subcontracting. (DEVIATION DATE) FAR 52.219-33, Nonmanufacturer Rule. (DEVIATION DATE) FAR 52.222-3, Convict Labor. (JUN 2003) FAR 52.222-35, Equal Opportunity for Veterans. (DEVIATION DATE) FAR 52.222-36, Equal Opportunity for Workers with Disabilities. (DEVIATION DATE) FAR 52.222-37, Employment Reports on Veterans. (DEVIATION DATE) FAR 52.222-41, Service Contract Labor Standards. (AUG 2018) FAR 52.222-43, Fair Labor Standards Act and Service Contract Labor Standards-Price Adjustment (Multiple Year and Option Contracts). (AUG 2018) FAR 52.222-50, Combating Trafficking in Persons. (DEVIATION OCT 2025) FAR 52.222-54, Employment Eligibility Verification. (DEVIATION DATE) FAR 52.222-62, Paid Sick Leave Under Executive Order 13706. (JAN 2022) FAR 52.223-23, Sustainable Products. (DEVIATION FEB 2025) FAR 52.226-8, Encouraging Contractor Policies to Ban Text Messaging While Driving. (MAY 2024) FAR 52.232-33, Payment by Electronic Funds Transfer-System for Award Management. (OCT 2018) FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors. (MAR 2023) FAR 52.233-3, Protest after Award. (DEVIATION NOV 2025) FAR 52.233-4, Applicable Law for Breach of Contract Claim. (DEVIATION NOV 2025) FAR 52.244-6, Subcontracts for Commercial Products and Commercial Services. (DEVIATION NOV 2025) VAAR 852.203-70, Commercial Advertising (MAY 2018) VAAR 852.204-70, Personal Identity Verification of Contractor Personnel (MAY 2020) VAAR 852.219-73, VA Small Business Subcontracting Plan Minimum Requirements (JAN 2023) (DEVIATION) VAAR 852.219-75, VA Notice of Limitations on Subcontracting Certificate of Compliance for Services and Construction (JAN 2023) (DEVIATION) VAAR 852.232-72, Electronic Submission of Payment Requests (NOV 2018) VAAR 852.239-74, Security Controls Compliance Testing (FEB 2023) VAAR 852.242-71, Administrative Contracting Officer (OCT 2020) All quoters shall submit the following: All information required by FAR 52.212-1(b) Submission of Offers. All quotes shall be sent to the Network Contracting Office (NCO) Norman.Napper-Rogers@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. Options will be evaluated at time of award. The following are the decision factors: Price, and past performance, with price more important. Past performance will be based on CPARS and FAPIIS ratings. No rating in CPARS is equal to a neutral rating. 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 exceptions and rationale for the exceptions, if any. Questions shall be received in writing no later than 11/17/2025, 10:00 MST at Norman.Napper-Rogers@va.gov only. Subject line should include RESPONSE TO RFQ 36C26225Q1517. Final submission of your response shall be received in writing not later than 12/05/2025, 10:00 MST at Norman.Napper-Rogers@va.gov only. Subject line should include RESPONSE TO RFQ 36C26225Q1517. Submissions shall include your quote using the attached schedule as well as a capabilities statement with qualifications proving all certifications and education required for the work being conducted in the SOW, as this is highly scientific and regulated. Submissions not meeting all requirements of the SOW will be considered ineligible for award. Quotes should be based on the information provided as no discussions will be allowed. This solicitation is being made under FAR 13.106-2(b)(3) using Simplified Acquisition Procedures. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to the Point of Contact listed below. Phone calls with questions will not be accepted. Point of Contact Norman Napper-Rogers, Contracting Officer, Norman.Napper-Rogers@va.gov.
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/c70e51b0d44342cea00be252e73815c2/view)
 
Place of Performance
Address: Department of Veterans Affairs VA Loma Linda Healthcare System (VALLHCS) Jerry L. Pettis VA Medical Center (VAMC) 11201 Benton Street, Loma Linda 92357-1000, USA
Zip Code: 92357-1000
Country: USA
 
Record
SN07635603-F 20251107/251105230037 (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.