Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 25, 2025 SAM #8551
SOURCES SOUGHT

J -- Camera Replacements, PB 657-25-2-3019-0062, (VA-25-00063196)

Notice Date
4/23/2025 3:06:46 PM
 
Notice Type
Sources Sought
 
NAICS
561621 — Security Systems Services (except Locksmiths)
 
Contracting Office
255-NETWORK CONTRACT OFFICE 15 (36C255) LEAVENWORTH KS 66048 USA
 
ZIP Code
66048
 
Solicitation Number
36C25525Q0330
 
Response Due
5/1/2025 4:00:00 PM
 
Archive Date
05/04/2025
 
Point of Contact
George Johnson, Contract Specialist, Phone: 913-946-1988
 
E-Mail Address
george.johnson9@va.gov
(george.johnson9@va.gov)
 
Awardee
null
 
Description
THIS REQUEST FOR INFORMATION (RFI)/SOURCES SOUGHT DISCLAIMER 1. This RFI is issued solely for information and planning purposes only and does not constitute a solicitation. All information received in response to this RFI that is marked as proprietary will be handled accordingly. Responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Responders are solely responsible for all expenses associated with responding to this RFI. 2. The submission of pricing, capabilities for planning purposes, and other market information is highly encouraged and allowed under this RFI In Accordance With (IAW) FAR Part 15.201(e). SOURCES SOUGHT DESCRIPTION 3. This is NOT a solicitation announcement. This is a RFI/sources sought only. The purpose of this sources sought/RFI is to gain knowledge of potential qualified sources and their size classification relative to NAICS 561621. Responses to this sources sought will be used by the Government to make appropriate acquisition decisions. After review of the responses to this sources sought, a solicitation announcement may be published. Responses to this sources sought synopsis are not considered adequate responses for a solicitation announcement. 4. The Department of Veterans Affairs (VA), VISN 15 Network Contracting Office, is seeking sources that can provide the following: Requirement: The contractor is responsible for replacing the following cameras with NDAA compliant cameras to include all required materials, labor, tools, and equipment necessary to complete the work. The newest and most current NDAA compliant models to the ones listed below will be used. Location: CEBO2 Lot B PTZ Building 23. Replace with VIVOTEK- SD9394-EHL-PTZ CED01 Lot D from Building 7 Replace with VIVOTEK SD9394-EHL-PTZ C4B03 Floor 4B Wing Replace with VIVOTEK FD9383-HTV C4B02 Floor 4 b Wing Stairwell B Replace with VIVOTEK FD9383-HTV L001 Laundry Replace with VIVOTEK FD9383-HTV L002 Laundry#2 Replace with VIVOTEK FD9383-HTV CEE02 Staging Area Building 6 Replace with VIVOTEK FD9383-HTV CL006 North Ambulance Canopy PTZ Replace with VIVOTEK SD9394-EHL-PTZ Camera will need to be relocated to the end of the canopy on the north end corner. DGF-KB1000 Control Board The contractor is responsible for supplying and/or repairing any and all needed equipment to power, activate, program, and view the new cameras on the dispatch office monitors located on the lower level and also on the CCTV monitor located in room 2A-112. The contractor is responsible for any setup and programming required for the dispatcher to use the DGF-KB1000 Control Board. 4. Proper camera placements will be determined in conjunction with VA Police guidance. The contractor will be required to work with the VA police dispatch office to verify each camera is in the proper location per police instructions. Cameras will be required to recorded and store on the existing CCTV system. 5. The contractor is responsible for all materials, labor, tools, and equipment necessary to complete the work if issues arise within one year from project completion date. No cost will be incurred to the VA for any issues that might arise within the one year. The completion date will be the date the funding is processed and payment for the projected is made to the contractor. VA police will retain ownership of the of replaced cameras and will be given them as they are taken down. Visual Inspection: Check for physical damage to cameras, cables, and housings. Verify proper camera positioning and angles for optimal coverage with VA police. Ensure clear visibility of camera lenses from dirt, debris, or obstructions. Camera Performance: Test camera functionality, including pan, tilt,� zoom (PTZ), and focus (if applicable). Inspect image quality for clarity, color accuracy, and resolution. Check for any signs of image distortion or flickering. Cable and Connection Inspection Inspect cables for signs of wear, damage, or exposed wiring. Ensure all connections are secure, including power, video, and data cables. Test data transmission and video feed integrity. Recording and Storage Check the status of the recording equipment, such as Digital Video Recorders (DVRs) or� NVR S Test playback functionality to ensure recorded footage accessibility. e. Power Supply Inspect power sources, including backup power systems like� Uninterruptible Power Supplies (UPS). Test the system's response to power fluctuations or outages. f. Lighting and Visibility Ensure proper lighting around cameras to capture clear images in low-light conditions. Check for glare, reflections, or backlighting that could affect image quality. g. Motion Detection and Alerts Test motion detection settings and verify the accuracy of alerts. Review alert notification methods, such as emails, SMS, or push notifications. h. Remote Access and Monitoring Verify remote access to the system through smartphones, tablets, or computers. Test the responsiveness and functionality of remote monitoring interfaces. I. Firmware and Software Updates Check for available firmware updates for cameras, recorders, and other system components. Perform necessary and VA Police recommend updates to ensure optimal performance and security. ASSUMPTIONS AND CRITERIA� The contractor is responsible to field measure and to quantify the required materials, labor, and tools to complete the job.� The contractor is responsible for repairing any damage they cause to include but not limited to the CCTV wiring, ceiling tiles, ports, switches, other cameras and will fix any damages within two weeks from when the damage occurred. Any damage to government property caused by the contractor shall be repaired or replaced by the contractor at no cost to the government. The contractor shall submit a detailed cost breakdown, listing items individually, so that the VA can best evaluate the competing bids.� The contractor is responsible for all materials, labor, tools, and equipment necessary to complete the work described on the Statement of Work (SOW).� Contractor shall provide all PPE (Personal Protective Equipment) necessary to perform the work and replace them when needed.� The contractor shall also include in his proposal a one-year warranty on all equipment installed to in include labor. All needed and or requested training related to the new cameras and control board by VA police staff members will be provided to VA Police at no cost to the VA. Responses to this notice shall be submitted via email to george.johnson9@va.gov. Telephone responses shall not be accepted. Responses must be received no later than Thursday May, 1 2025. If a solicitation is issued it shall be announced at a later date, and all interested parties must respond to that solicitation announcement separately from the responses to this sources sought. Responses to this sources sought notice are not a request to be added to a prospective bidders list or to receive a copy of the solicitation.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/b940e2e9afbb459bafb5fcd622264e5d/view)
 
Place of Performance
Address: John J. Pershing VA Medical Center 1500 N. Westwood Blvd Poplar Bluff, MO 63901, USA
Zip Code: 63901
Country: USA
 
Record
SN07419378-F 20250425/250423230055 (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.