N063--PIV Reader Install & Repair
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), Network Contract Office 23, has issued an amendment to Solicitation 36C26326Q0458 for PIV Reader Installation & Repair services at the Grand Island VA Medical Center in Grand Island, NE. This is a Total Small Business Set-Aside. The solicitation seeks quotes for the installation and repair of Physical Identity Verification (PIV) readers and associated security systems. Quotes are due by Wednesday, April 1, 2026, at 12:00 PM Central Time.
Scope of Work
The project involves the installation of PIV readers in four buildings (Building 3, 5, and 7) and the replacement/installation of a new board in Building 17 to ensure system functionality. Key deliverables include:
- Installation of PIV readers in the SW, SE, and North clinics on the first floor of Building 3, and four new PIV readers in Building 5 resident rooms.
- Installation of PIV readers on current doors in Building 7.
- Replacement and installation of a new board in Building 17.
- Contractor must supply all necessary switches, wiring, magnetic locks, and programming.
- Emergency exit buttons with preprogrammed release times are required for each door.
- Readers must be compatible with the VA's current control boxes (HID class RD 40 or equivalent preferred).
- Work will be performed in an active medical clinic environment.
- All new components must carry a one-year parts and labor warranty.
- The existing PACS/PIV system is Tyco, Life safety systems, and JCI I Star. Genetec is an acceptable alternative for iSTAR board procurement if fully compatible.
Contract Details
- Contract Type: Firm Fixed Price (FFP)
- Period of Performance: May 1, 2026, to July 31, 2026 (base year)
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
- NAICS Code: 561621 (Security Systems Services), with a size standard of $25 million.
Submission & Evaluation
Offerors must submit quotes electronically via email to john.milroy@va.gov in .pdf or .docx format only. The subject line should include "Solicitation – 36C26326Q0458". Quotes must be received in their entirety before the closing date and time.
- Pricing: Firm fixed pricing, including all labor, overhead, profit, materials, shipping/delivery, and associated costs.
- Evaluation: Based on the lowest price, provided the quote does not exceed available funding and is found to be reasonable.
- Special Standards of Responsibility: Demonstrating experience with installing, repairing, and connecting PIV Readers to VA Security Systems. Documented experience with similar federal systems is acceptable.
- Past Performance: Up to five references are required.
- Eligibility: Offerors must be actively registered in the System for Award Management (SAM) at www.sam.gov.
Key Dates
- Site Visit: Wednesday, March 25, 2026, at 2:30 PM Central Time (at Grand Island VA Medical Center).
- Technical Questions Deadline: Wednesday, March 25, 2026, at 4:00 PM Central Time (in writing only).
- Offer Due Date: Wednesday, April 1, 2026, at 12:00 PM Central Time.
Additional Notes
This amendment (Amendment 1) addresses vendor questions regarding the solicitation. Floor plans for various buildings (e.g., SW, SE, North clinic 1st floor, SW 4th floor, BLDG 5) are available to help bidders understand the physical environment. A Wage Determination (2015-5771) for Nebraska counties (Hall, Howard, Merrick) is attached, outlining minimum wage rates and fringe benefits for Service Contract Act-covered occupations.