Z2DA--Upgrade Video Assessment Surveillance System
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) is soliciting proposals for a Firm-Fixed-Price contract to upgrade the Video Assessment Surveillance System (VASS) at the VA Caribbean Healthcare System (VACHS) in San Juan, Puerto Rico. This Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside requires comprehensive construction services, including system installation, facility renovations, and training. Proposals are due April 10, 2026.
Scope of Work
The project involves a complete upgrade of the existing camera system to a new VASS, enhancing physical security and police operations. Key requirements include:
- Installation of new cameras, data cabinets, and a fiber optic backbone.
- Construction of a new Security Equipment Room (SER) and renovation of the existing Security Control Center (SCC).
- Provision of a temporary trailer for monitoring during SCC renovation.
- Relocation of Physical Access Control System (PACS), medical gases alarm, and fire alarm panel.
- Testing, commissioning, and training for VA Police personnel.
- Development of a comprehensive maintenance program.
- Use of manufacturer-certified personnel for CCTV system installation and training.
- Compliance with strict infection control measures and VA regulations.
Contract Details
- Contract Type: Firm-Fixed-Price
- Estimated Magnitude: Between $10,000,000 and $20,000,000
- Period of Performance: 1,095 calendar days (approximately 3 years), estimated to begin June 3, 2026.
- Bonds: Performance and Payment Bonds are required. A Bid Bond (SF24) of 20% of the bid price or $3,000,000 (whichever is less) is also mandatory.
- Funding: Award is subject to the appropriation of funds.
Submission & Evaluation
- Proposals Due: April 10, 2026, by 3:00 PM AST. Submissions must be emailed to ana.alvarado@va.gov and include separate Technical and Price Proposals.
- Site Visit: A site visit is scheduled for March 17, 2026, at 09:30 AM AST.
- Questions Due: March 23, 2026, by 3:30 PM AST via email.
- Evaluation: Award will be based on a tradeoff analysis considering both technical factors and price.
- Offer Acceptance: Proposals must remain valid for 120 calendar days.
Eligibility & Set-Aside
This acquisition is set aside exclusively for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs). Offerors must be registered in SAM.gov and certified as an active SDVOSB in the SBA Veteran Certification site at the time of offer submission and prior to award. Joint ventures must meet specific SDVOSB program requirements. Offerors must perform at least 15% of the contract cost (excluding materials) with their own employees.
Key Attachments
Bidders must review extensive attachments, including:
- Drawings (Attachment 01): Architectural and engineering plans for the VASS upgrade.
- Specifications (Attachment 02): Detailed technical requirements for construction, electrical, communications, and electronic safety/security systems.
- Contractor Safety and EMR (Attachment 03): Requirements for past safety/environmental record and Experience Modification Rate (EMR).
- Key Personnel Resume (Attachment 04): Form for Project Manager, Architect, Site Superintendent, SSHO, and CQM qualifications.
- Specialized Experience Form (Attachment 05): For detailing relevant past performance (minimum four projects).
- Past Performance Questionnaire (Attachment 07): For clients to evaluate previous contractor performance.
- Subcontractor Past Performance Consent Form (Attachment 08): Required for major subcontractors/teaming partners.