6350--Replacement Physical Access Control System (PACS) and Intrusion Detection System (IDS), for the Castle Point and Montrose VA Medical Centers.
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The Department of Veterans Affairs (VA), specifically the Network Contracting Office 02 (NCO2), has issued a Request for Quotation (RFQ) (Solicitation #36C24226Q0340) for the replacement of Physical Access Control Systems (PACS) and Intrusion Detection Systems (IDS) at the Castle Point and Montrose VA Medical Centers within the VA Hudson Valley Healthcare System. The existing systems are past their end-of-life, with a failed PACS server and unsupported IDS components, necessitating an upgrade to enhance physical security operations. This opportunity is a Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside. Quotations are due by May 20, 2026, at 1600 EST.
Scope of Work
The contractor will provide and install new PACS and IDS, integrating them into a cohesive security infrastructure. Key components include:
- Physical Access Control System (PACS): Installation of Software House iStar G2 Controllers, network connections, cabling, access control readers, panel/field terminations, and a CC9000 ACS Desktop Site Server with a Dell monitor.
- Intrusion Detection System (IDS): Installation of DMP XR550 Controllers, network connections, wiring, keypads, Passive Infrared (PIR) sensors, glass break detectors, and duress/panic devices.
- Lynx Duress System: Integration with the CCURE 9000 security management system and VA Police radios. The project will be executed in a two-phase approach: Phase 1 focuses on PACS and Lynx Duress integration, while Phase 2 addresses DMP Intrusion Detection. The contractor is also responsible for providing 4 hours of Administrator/Operator training for the Access Control System prior to completion. Deliverables include a kickoff meeting, daily/weekly status reports, system testing, acceptance testing, completion photos, and customer sign-off.
Contract & Timeline
- Contract Type: Request for Quotation (RFQ)
- Set-Aside: Service-Disabled Veteran-Owned Small Business (SDVOSB)
- NAICS Code: 334290 (Small Business Size Standard: 800 employees)
- FSC/PSC: 6350 (Miscellaneous Alarm, Signal, And Security Detection Systems)
- Place of Performance: VA Hudson Valley Healthcare System, Castle Point VA Medical Center (Wappingers Falls, NY) and Franklin Delano Roosevelt Hospital (Montrose, NY).
- Submission Deadline: May 20, 2026, at 1600 EST.
- Period of Performance: Offerors must provide a plan with timelines.
Submission Requirements
Quotations must be submitted in PDF format via email to Jonatan.Rondon@va.gov and include:
- One (1) quote.
- One (1) filled and signed Limitations on Subcontracting certificate.
- One (1) filled and signed Buy American Certificate. Offerors must also state their agreement with the solicitation's terms and conditions or list any exceptions.
Evaluation Criteria
Award will be made to the responsible offeror whose quotation is most advantageous to the Government. Evaluation factors, in order of importance, are:
- Technical capability: Extent to which the offer meets/exceeds Government requirements.
- Period of Performance with Delivery: Ability to meet project completion needs.
- Price. Technical capability and Period of Performance, when combined, are significantly more important than price. The Government reserves the right to select a quotation that provides benefits exceeding minimum requirements.
Additional Notes
This solicitation incorporates various FAR and VAAR provisions and clauses by reference. Offerors must complete annual representations and certifications electronically via SAM.gov. Failure to provide the Buy American Certificate and Limitations on Subcontracting certificate will result in ineligibility for award.