SOURCES SOUGHT
C -- Copy of AE-NRM-687-26-100 Modernize Physical/Electronic Security Systems
- Notice Date
- 11/18/2025 11:07:16 AM
- Notice Type
- Sources Sought
- NAICS
- 541690
— Other Scientific and Technical Consulting Services
- Contracting Office
- 260-NETWORK CONTRACT OFFICE 20 (36C260) VANCOUVER WA 98661 USA
- ZIP Code
- 98661
- Solicitation Number
- 36C26026Q0147
- Response Due
- 11/25/2025 3:00:00 PM
- Archive Date
- 12/10/2025
- Point of Contact
- Sangmi Kim, Contract Specialist
- E-Mail Address
-
Sangmi.Kim@va.gov
(Sangmi.Kim@va.gov)
- Awardee
- null
- Description
- Sources Sought - Solicitation Number: 36C26026Q0147 Project 687-26-100 Modernize Physical and Electronic Security Systems This is a Sources Sought announcement only. This is not a request for proposals, quotations, or bids; nor a synopsis of a proposed contract action under FAR Subpart 5.2 and no contract shall be awarded from this notice. No reimbursement will be made for any costs associated with providing information in response to this Sources Sought or any follow-up information requests. No solicitation is currently available. Draft documents are subject to change. Attachments; Source Sought Questionnaire 687-26-100 Physical Security and Resiliency Design Manual AE SOW 687-26-100 SOW Attachment 01 - Required Div 01 Spec Sections SOW Attachment 02 - Sensitive Infrastructure Data Classification Memo SOW Attachment 03 - 01 32 16.01 EHRM A-E CPM Schedules SOW Attachment 04 - VAWW Campus Map SOW Attachment 05 - Fiber Optic Distribution Site Plan SOW Attachment 06 - Engineering Design Waiver Template SOW Attachment 07 - STN 687 PG-18-15, Volume C, A-E Submission Instructions SOW Attachment 08 FCA Report Redacted This notice is for market research purposes to gain knowledge of interest, capabilities, and qualifications of interested Small Business firms. Responses to this Sources Sought may shape the acquisition strategy in developing a competitive requirement. Not responding to this notice does not preclude participation in any future or potential solicitation. It is the intent of the VA to use the information gathered for market research purposes only. The Veterans Health Administration, Regional Procurement Office West, Network Contracting Office 20, is conducting market research for an Architect-Engineer (A-E) contract to modernize the physical and electronic security systems. PROJECT OVERVIEW High Level Scope of Work Site visits, field investigations, reports from investigations, studies, and user interviews to prepare drawings, specifications, and cost estimates for all facets of work and disciplines/trades to facilitate a construction project to replace the campus physical access control (PACS) and security surveillance systems (SSTV), inclusive of all equipment, programming, accessories, and infrastructure required for a fully functioning, modernized, fully integrated single network and software platform on the Walla Walla VAMC campus. Project will expand coverage of PACS and SSTV to close security vulnerabilities. All lock cores and, as necessary for compatibility with new cores and PACS equipment, door hardware shall be replaced throughout the domain of the Walla Walla VAMC. Additionally, lock cores, and door hardware where necessary to accommodate new lock cores, shall be replaced at Community Based Outpatient Clinics (CBOCs) and Primary Care Telehealth Outpatient Clinics (PTOC) located in Union Gap, WA; La Grande, OR; and Boardman, OR. Aged, failing, and incompatible surveillance cameras will be replaced. Design Discipline Requirements Architectural To assess if the door frame and door hardware is able to support the installation of electronic security devices for PACS hardware. Electrical To assess if there is enough available power within each of the buildings to support the systems. Physical Security For electronic systems and site risk assessment the following certifications are required: CPP or PSP from ASIS (American Society Industrial Security) is required. Certified Protection Professional (CPP) For facility risk determination to inform what areas of the medical center will require certain levels of security equipment. Physical Security Professional (PSP) or Certified System Integrator (CSI), Certified Fire Alarm Designer (CFAD), and Certified Service Technician (CST) Required for systems integration and management of IT security strategies. Global Industrial Cyber Security Professional (GISCP) or Certified Information Systems Security Professional (CISSP) Needed for network and security design for the security hardware. Registered Communications Distribution Designer (RCDD) Required for telecommunications design. ** See the attached Physical Security and Resiliency Design Manual (Rev 06-01-2025): Section 2.1.2 Requirements for a Certified Physical Security Specialist (Page 2-2) Annex to Chapter 10 - A-10.1 through A-10.1.5 (Page 10-36) PROJECT LOCATION Work is located at Jonathan M. Wainwright Memorial VA Medical Center- Walla Walla, WA 99362. For the principal components of work, see the attached draft statement of work and supporting documents. Documents are currently in draft state and industry comment / suggestions are greatly encouraged and welcomed. The estimated magnitude for this project is between $5,000,000 and $10,000,000 NAICS AND SIZE STANDARD Sources are being sought for firms with a North American Industry Classification System (NAICS) code of 541690 Other Scientific and Technical Consulting Services, a Product Service Code (PSC) of C1DA and a Small Business Size Standard of $19.0 million. Sources are highly encouraged to respond to this notice. RESPONSE REQUIREMENTS Responses are requested with the following information and shall not exceed a total of 2 (two) pages. Email subject line needs to contain the solicitation number 36C26026Q0147. Please provide the following information: Contact information: Name, address, SAM.gov UEI number, and points of contact with telephone numbers and e-mail addresses. Business Size/Classification (based on NAICS 541690): Is your firm eligible for participation in one of the following small business programs? If so, please indicate the program. [ ] yes [ ] no Small Business (SB) [ ] yes [ ] no HUBZone [ ] yes [ ] no Small Business 8(a) [ ] yes [ ] no Small Disadvantaged Business (SDB) [ ] yes [ ] no Women-Owned (WO) Small Business [ ] yes [ ] no Service-Disabled Veteran Owned Small Business (SDVOSB) [ ] yes [ ] no Veteran Owned Small Business (VOSB) [ ] yes [ ] no Other (please specify) Capabilities Statement: Description of capabilities to perform A/E design services as described above and project experience demonstrating relevant experience similar to those described. Please specifically address how your firm meets the requirements outlined in the Project Overview section, including the required design discipline capabilities and certifications. Govt. does not have a waiver to Buy American. SDVOSB or VOSB businesses please include statement on maintaining compliance with VAAR 852.219-75 VA Notice of Limitations on Subcontracting Certificate of Compliance for Services and Construction. All other socio-economic businesses please include statement on maintaining compliance with FAR 52.219-14 Limitations on Subcontracting. Time: Based on the information provided, please estimate the total project time in days. Past Performance/experience: Provide information on contracts of similar scopes of work or construction contracts, briefly describe no more than three (3) contracts (or specific task orders) completed within the past five years of the issue date of this Sources Sought notice. The past performance information should include: Project Title/Contract Number Location: City, State General description of the A-E to demonstrate relevance to the proposed project Offerors role Dollar value of contract Name of the company, agency, or government entity for which the work was performed What types of information is required to submit accurate offers? If submitting past performance/experience on a project in the role of a subcontractor, include the Prime Contractor s name and a quantifiable amount (percentage) of the project your company contributed to the overall scope of work. Note: Do not include Proprietary, classified, confidential, or sensitive information in responses. NO RESPONSES WILL BE ACCEPTED BY FAX. Responses will not be returned. Telephonic responses will not be honored. Please respond by email only. Send responses to the Contract Specialist, Sangmi Kim at Sangmi.Kim@va.gov. Responses will be accepted until November 25, 2025, 3:00 PM Pacific Time.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/014af2beb5e64d6b9a47733f38e773ca/view)
- Place of Performance
- Address: Department of Veterans Affairs Jonathan M. Wainwright Memorial VA Medical Center 77 Wainwright Dr, Walla Walla 99362
- Zip Code: 99362
- Zip Code: 99362
- Record
- SN07645742-F 20251120/251118230045 (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 |