Z2DA--Upgrade Video Assessment Surveillance System

SOL #: 36C24826R0064Solicitation

Overview

Buyer

Veterans Affairs
Veterans Affairs, Department Of
248-NETWORK CONTRACT OFFICE 8 (36C248)
TAMPA, FL, 33637, United States

Place of Performance

San Juan, PR

NAICS

Commercial and Institutional Building Construction (236220)

PSC

Repair Or Alteration Of Hospitals And Infirmaries (Z2DA)

Set Aside

Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14) (SDVOSBC)

Timeline

1
Posted
Dec 12, 2025
2
Last Updated
Apr 1, 2026
3
Submission Deadline
Apr 24, 2026, 7:00 PM

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 the Upgrade of a Video Assessment Surveillance System (VASS) at the VA Caribbean Healthcare System (VACHS) in San Juan, Puerto Rico. This project aims to enhance physical security, improve the Security Control Center (SCC), and optimize police operations by replacing existing cameras with a new, comprehensive VASS. This acquisition is a Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside. Proposals are due by April 24, 2026, at 3:00 PM AST.

Scope of Work

The project requires a complete upgrade of the existing camera system to a new VASS, including the installation of new cameras, data cabinets, and a fiber optic backbone. Key deliverables include:

  • Enhanced surveillance coverage, improved monitoring software, and modern analytics (e.g., license plate readers, facial recognition, visual/audible alarm notifications).
  • Construction of a new Security Equipment Room (SER) and renovation of the existing SCC.
  • Provision of a temporary trailer for monitoring during SCC renovation.
  • Relocation of the 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.
  • All site cameras must include battery backup.
  • Crucially, new infrastructure is required for conduits, pathways, and telecommunications; existing infrastructure shall not be reused. The project requires a new Video Management System (VMS) and does not involve integration with an existing VMS.

Contract Details

  • Contract Type: Firm-Fixed-Price
  • Estimated Project Magnitude: Between $10,000,000 and $20,000,000
  • Period of Performance: 1,095 calendar days from receipt of Notice to Proceed (estimated POP Begin: 06-03-2026, POP End: 06-02-2029).
  • Bonds: Performance and Payment Bonds are required. A Bid Bond (SF24) is also required, equal to 20% of the bid price or $3,000,000, whichever is less.
  • Funding: Award is subject to appropriation of funds.

Eligibility & Submission

  • 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 SBA SDVOSB in the SBA Veteran Certification site (https://search.certifications.sba.gov/) at the time of offer submission and prior to award.
  • Joint ventures must meet specific SBA SDVOSB program requirements.
  • Offerors must perform at least 15% of the contract cost (excluding materials) with their own employees.
  • Proposals are due by April 24, 2026, at 3:00 PM AST, submitted via email to ana.alvarado@va.gov.
  • Proposals must be submitted in two parts: Technical Proposal and Price Proposal.
  • Offer acceptance period is 120 calendar days.
  • Offerors must acknowledge receipt of Amendment 0001.

Evaluation

Award will be made on a tradeoff basis, considering technical factors and price. Key personnel qualifications, specialized experience, safety and environmental records (including EMR), and past performance will be evaluated.

Key Clarifications & Requirements

  • Asbestos: The main building (Building No. 1) contains Asbestos-Containing Materials (ACM). Exhibit A highlights asbestos-free areas; areas not highlighted contain ACM. Offerors are responsible for all ACM management, handling, and abatement costs for directly impacted areas. ACM discovered elsewhere will be treated as a Differing Site Condition.
  • Project Manager Qualifications: The Project Manager must be a Professional Engineer licensed in Puerto Rico with at least ten years of experience.
  • Personnel Vetting: Updated language regarding personnel vetting and credentialing, including risk and sensitivity levels, replaces VAAR 852.204-72.
  • Warranty: The warranty period begins upon the Government's final acceptance of the entire project, not substantial completion. No preventive maintenance services are required post-completion.
  • Attachments: The solicitation includes detailed drawings (186 pages), specifications (1131 pages), and forms for specialized experience, contractor safety/EMR, key personnel resumes, letters of commitment for subcontractors, past performance questionnaires, and subcontractor past performance consent.

People

Points of Contact

Ana G. AlvaradoContracting OfficerPRIMARY

Files

Files

Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download

Versions

Version 3Viewing
Solicitation
Posted: Apr 1, 2026
Version 2
Solicitation
Posted: Mar 11, 2026
View
Version 1
Pre-Solicitation
Posted: Dec 12, 2025
View
Z2DA--Upgrade Video Assessment Surveillance System | GovScope