6350--RFQ: Replacement Physical Access Control System (PACS) and Intrusion Detection System (IDS), for the Castle Point and Montrose VA Medical Centers.
Combined Synopsis Solicitation from VETERANS AFFAIRS, DEPARTMENT OF • VETERANS AFFAIRS, DEPARTMENT OF. Place of performance: NY. Response deadline: Apr 16, 2026. Industry: NAICS 334290 • PSC 6350.
Market snapshot
Awarded-market signal for NAICS 334290 (last 12 months), benchmarked to sector 33.
Related hubs & trends
Navigate the lattice: hubs for browsing, trends for pricing signals.
Applicable Wage Determinations
SAM WDOL references matched to this opportunity's location and scope language.
View more for this contract3 more WD matches and 91 more rate previews.↓
Point of Contact
Agency & Office
More in NAICS 334290
Description
Description This is a combined synopsis/solicitation for commercial products or commercial services prepared in accordance with part 12. This announcement constitutes the only solicitation. Offers are being requested and a separate written solicitation will not be issued. Solicitation number 36C24226Q0340 is issued as a request for quotation (RFQ) for a Physical Access Control System (PACS) and the Intrusion Detection Systems (IDS). This acquisition is set-aside for small business concerns. This solicitation incorporates provisions and clauses by reference. The full text of provisions and clauses may be accessed electronically at www.acquisition.gov. This solicitation is issued as an RFQ. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular number 2026-01, effective date of 03/13/2026. This solicitation is set-aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB). The associated North American Industrial Classification System (NAICS) code for this procurement is 334290, with a small business size standard of 800 employees. The FSC/PSC is 6350. All interested parties shall provide quotations for the following: Statement of Work 1. Background a. The Physical Access Control System (PACS) and the Intrusion Detection Systems (IDS) at both the Montrose and Castle Point Veterans Administration Medical Centers (VAMCs) are past their end-of-life cycles. While the systems are still partially operational, the PACS system server has failed, and the IDS components are no longer supported by the manufacturer. In the current state, the VAMCs physical security operation is vulnerable, and further systems deterioration is inevitable. b. The VAMC's Electronics, Engineering and Police leaders have collaborated on a strategy to replace the PACS and IDS systems in a multi-year, phased approach while maintaining the VAMC health care security operations. The strategy aims to integrate the Hudson Valley Health Care security systems to work together efficiently, to leverage data analytics, and to bolster access control and intrusion capabilities. The strategy is also forward thinking to ensure the PACS will integrate with future video surveillance system (VSS) upgrades. 2. Physical Access Control System a. Contractor will provide for installation of all Software House iStar G2 Controllers. b. Customer to provide direct connected power to new controllers, and server location. c. Contractor to provide Network Connections from the G2 Controllers to the network switch for server for connectivity. Contractor to provide cable and install access control readers as shown on plans. d. Access control doors will include a card reader, request to exit, contact and a connection to electric locking hardware. i. Complete all panel and field terminations. Contractor will clearly mark all cables and panels in accordance with the attached Site Drawings. ii. Contractor will clearly post the appropriate PACS programming pages, indicating all devices terminated within each panel. iii. Contractor will install the CC9000 ACS Desktop Site Server with a Dell monitor for viewing the ACS system. 3. Intrusion Detection System a. Contractor will provide for installation of all DMP XR550 Controllers. b. Customer to provide direct connected power to new controllers. c. Contractor to provide Network Connections for the controllers. Contractor shall provide, wire, and install keypads, PIRs, glass breaks and duress/panic devices as shown on plans. d. Access control doors will include a card reader, request to exit, contact and a connection to electric locking hardware. i. Complete all panel and field terminations. Contractor will clearly mark all cables and panels in accordance with the attached Site Drawings. ii. Contractor will clearly post the appropriate IDS programming pages, indicating all devices are terminated within each panel. Franklin Delano Roosevelt Hospital (Montrose): Software House CCURE 9000 Access Control Qty Device # Description 1 IDTV-SPR3310 IDTV SPR3310 USB SC RDR 1 CCURE-HA-MD C-CURE High Assurance for v3.10 & above 6 USTAR-GCM ISTAR ULTRA GCM, BD ONLY 7 USTAR-ACM ISTAR ULTRA ACM, BD ONLY 6 AS0073-000 APC 8Rdr Input Bus Module 18 NSI_PS12120-F2/WESCO POWER-SONIC | 1201203402 | PS-12120F2 27 WVL-ET25-3PS WAVELYNX ET25 PIV/CIV KEYPAD READER W/HF+PROX 54 AX-6644 RESISTOR 2 X 1K 1/8 WATT WITH 4 LEAD (2 BLUE, 2 BLACK) 35 199-12-W DOOR CONTACT 1 DPDT WHITE 27 DS160 PIR EXIT SENSOR, LT GRAY LOT 454645AYW 18/4c, STR, Shielded, CMP/CL2P, Plenum, Yellow, 1000 Reel 27 G2-RM-DCM-2 OSDP/DCM-2 DOOR CONTROL MOD 1 Miscellaneous Hardware Hardware to build Temp wall for stagging panels. 6 PSX-WISU 16-E8S PSX WIRED SYS, ULTRA16, E8, 150/250W, 2 D8P LOT NSI_JCI-2ELEM-30-OSDP/WCW 4C OSDP (22-1P OAS)+18-02 YEL JKT Lynx Duress Qty Device # Description 1 CC9000-LYNX CCURE 9000 INTEGRATION WITH LYNX 2 LYNX-WLS-3 LYNX WIRELESS REC SYSTEM 5 NSI_ LYNX-WLT-IDPNC-4/ LYNX,WLT,PANIC BTN,INDOOR,HUB,LOCKING 1 NSI_LYNX-C-SDK/ LYNX,CCURE,SDK,INTERFACE (CC9000-LYNX Required also) DMP Intrusion Detection Qty Device # Description 7 XR150DNL-G XR150 DIALER, NET,LARGE GRAY ENCLOSURE 2 714-8L-G 8PT ZONE EXPANDER IN 350 ENCLOSURE 7 321 TRANSFMR,UL,16.5V 40VA PLG-IN 7 ES502 Transformer Enclosure 7 318 BATTERY HARNESS, 18 GA. *C* 7 3012 Tamper Switch, Clip-On 26 FX-360 OPTEX 360 PIR 14 7070-W THIN LCD KYPD,4 ZNS,WHT 14 695-W CONDUIT BACKBOX FOR KEYPAD 1 WAVE2 Indoor Siren, 2-Tone 2 4532 GRI 4532 OVERHEAD DOOR CONTACT 2 FG-730 GLASSBREAK DETECTOR 11 NSI_734617/WESCO G.R.I GEORGE RISK INDUSTRIES | 4463A LOT 454652AWHA 22/6c, STR, Unshielded, CMP/CL2P, Plenum, White, 1000 Box LOT 454704AWH 18/4c, SOL, Unshielded, CMR/FPLR, Non-Plenum Riser, White, 1000' Box 8 477967 Battery, Sealed Lead-Acid, 12 Volt, 7.0Ah Castle Point VA Medical Center: Software House CCURE 9000 Access Control Qty Device # Description 1 CC9000-SR CC9000 Ser R Software 1 USB-PINPAD TARGUS USB NUMERIC PINPAD AKP10US 7 PSX-WISU16-E8S PSX WIRED SYS,ULTRA16,E8, 150/250W, 2 D8P 7 USTAR-GCM ISTAR ULTRA GCM, BD ONLY 8 USTAR-ACM ISTAR ULTRA ACM, BD ONLY 7 AS0073-000 APC 8Rdr Input Bus Module 21 NSI_PS12120-F2/WESCO POWER-SONIC | 1201203402 | PS-12120F2 20 WVL-ET25-3PS WAVELYNX ET25 PIV/CIV KEYPAD READER W/HF + PROX 45 AX-6644 RESISTOR 2 X 1K 1/8 WATT WITH 4 LEAD (2 BLUE, 2 BLACK) 25 199-12-W DOOR CONTACT 1" DPDT WHITE 20 DS160 PIR EXIT SENSOR, LT GRAY LOT 454645AYW 18/4c, STR, Shielded, CMP/CL2P, Plenum, Yellow, 1000' Reel 1 CC9000-LYNX CCURE 9000 INTEGRATION WITH LYNX 20 G2-RM-DCM-2 OSDP/DCM-2 DOOR CONTROL MOD LOT NSI_JCI-2ELEM-30-OSDP/ 2 Element OSDP cable Yellow 1 CCURE-HA-MD C-CURE High Assurance for v3.10 & above 1 IDTV-SPR3310 IDTV SPR3310 USB SC RDR 2 LYNX-WLS-3 LYNX WIRELESS REC SYSTEM 1 LYNX-WLR-INDOOR LYNX,WLR,REPEATER,INDOOR 10 NSI_LYNX-WLT-IDPNC-4/ LYNX,WLT,PANIC BTN,INDOOR,HUB,LOCKING 1 NSI_LYNX-C-SDK/ NSI Product Production - Use When Adding Non Standard Products 1 Miscellaneous Hardware Local purchase for temp wall. Lynx Duress Qty Device # Description 1 CC9000-LYNX CCURE 9000 INTEGRATION WITH LYNX 2 LYNX-WLS-3 LYNX WIRELESS REC SYSTEM 1 LYNX-WLR-INDOOR LYNX,WLR,REPEATER,INDOOR 10 NSI_LYNX-WLT-IDPNC-4/ LYNX,WLT,PANIC BTN,INDOOR,HUB,LOCKING 1 NSI_LYNX-C-SDK/ NSI Product Production - Use When Adding Non Standard Products DMP Intrusion Detection Qty Device # Description 7 XR150DNL-G XR150 DIALER, NET,LARGE GRAY ENCLOSURE 2 714-8L-G 8PT ZONE EXPANDER IN 350 ENCLOSURE 7 321 TRANSFMR,UL,16.5V 40VA PLG-IN 7 ES502 Transformer Enclosure 7 318 BATTERY HARNESS, 18 GA. *C* 7 3012 Tamper Switch, Clip-On 26 FX-360 OPTEX 360 PIR 14 7070-W THIN LCD KYPD,4 ZNS,WHT 14 695-W CONDUIT BACKBOX FOR KEYPAD 1 WAVE2 Indoor Siren, 2-Tone 2 4532 GRI 4532 OVERHEAD DOOR CONTACT 2 FG-730 GLASSBREAK DETECTOR 11 NSI_734617/WESCO G.R.I GEORGE RISK INDUSTRIES | 4463A LOT 454652AWHA 22/6c, STR, Unshielded, CMP/CL2P, Plenum, White, 1000 Box LOT 454704AWH 18/4c, SOL, Unshielded, CMR/FPLR, Non-Plenum Riser, White, 1000' Box 7 477967 Battery, Sealed Lead-Acid, 12 Volt, 7.0Ah Strategy: Prioritize establishing a functional access control system and infrastructure, with an integrated Lynx duress system in phase 1. The Lynx duress system will integrate with the CCURE 9000 security management system as well as the VA Police radios. FDR Phase 1 Access Control and Lynx Duress Integration Material Labor & Programming Project Management CADD Castle Point Phase 1 Access Control and Lynx Duress Integration Material Labor & Programming Project Management CADD FDR Phase 2 DMP Intrusion Detection Material Labor & Programming CADD Castle Point Phase 2 DMP Intrusion Detection Material Labor & Programming CADD TRAINING: 1) Prior to completion of the installation, the Vendor will coordinate with the designated local VA Hudson Valley Health Care security representative regarding training requirements for all installed security systems. This training will consist of, at minimum: a) Access Control System: 4 hours of Administrator/Operator instruction. Deliverables and Closeout Documentation: 1) Kickoff Meeting 2) System Installation Daily check-in/out report Weekly status report 3) Deployment completed and inventory submitted. Period of Performance 4) Documentation for all system testing 5) Acceptance Testing with a VA Hudson Valley Health Care representative. 6) Training 7) Completion Photos 8) Customer Sign-Off (Completed) The information identified above is intended to be descriptive, not restrictive and to indicate the quality of the supplies/services that will be satisfactory. It is the responsibility of the interested source to demonstrate to the government that the interested parties can provide the supplies/services that fulfill the required specifications. *Interested parties will provide a plan with timelines to determine the length of contract. Place of Performance/Place of Delivery: VA Hudson Valley Healthcare System Castle Point VA Medical Center 41 Castle Point Road Wappingers Falls, NY 12590 VA Hudson Valley Healthcare System Franklin Delano Roosevelt Hospital (Montrose) 2094 Albany Post Road Montrose, NY 10548 The full text of FAR provisions or clauses may be accessed electronically at http://www.va.gov/oal/library/vaar/index.asp (VAAR) https://www.acquisition.gov/far-overhaul/far-part-deviation-guide/far-overhaul-part-52#FAR_52_252_2 (FAR OVERHAUL) The following solicitation provisions and clause apply to this acquisition: FAR 52.212-1, Instructions to Offerors Commercial Products and Commercial Services (SEP 2023) (DEVIATION OCT 2025) (a)Â Submission of offers. Submit signed and dated offers to the office specified in this solicitation at or before the exact time specified in this solicitation. As a minimum, offers shall include (1)Â The solicitation number; (2)Â The name, address, telephone number of the Offeror; (3)Â The Offeror s Unique Entity Identifier (UEI) and, if applicable, Electronic Funds Transfer (EFT) indicator; (4)Â Information necessary to evaluate the factors contained in the provision at 52.212-2 or as described in the solicitation; (5)Â Responses to provisions that require Offeror completion of information, representations, and certifications (other than those collected via the System for Award Management (SAM)); and (6)Â A statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation and any solicitation amendments. (b)Â Period for acceptance of offers. The Offeror agrees to hold the prices in its offer firm for 60 calendar days from the date specified for receipt of offers, unless another time period is specified in an addendum to the solicitation. (c)Â Late submissions, modifications, revisions, and withdrawals of offers. (1)Â Offerors are responsible for submitting offers and any modifications or revisions to the Government office designated in the solicitation by the time specified in the solicitation. (2)Â Any offer, modification, or revision received after the time specified for receipt of offers is late and will not be considered unless it is received before award is made and the Contracting Officer determines that accepting the late offer would not unduly delay the acquisition. However, a late modification of an otherwise successful offer that makes its terms more favorable to the Government will be considered at any time it is received and may be accepted. (3)Â If an emergency or unanticipated event interrupts normal Government processes so that offers cannot be received at the Government office designated for receipt of offers by the exact time specified in the solicitation, and urgent Government requirements preclude amendment of the solicitation or other notice of an extension of the closing date, the time specified for receipt of offers will be deemed to be extended to the same time of day specified in the solicitation on the first work day on which normal Government processes resume. (4)Â Offerors may withdraw their offers by written notice to the Government received at any time before award. (d)Â Blanket Purchase Agreement (BPA) award (not applicable to Invitation for Bids). The Government intends to evaluate offers and award a BPA without discussions with Offerors. Therefore, the Offeror s initial offer should contain the Offeror s best terms. However, the Government reserves the right to conduct discussions, if necessary. The Government may reject any or all offers if such action is in the public interest, accept other than the lowest offer, and waive informalities and minor irregularities in offers received. (e)Â Debriefings. If a post award debriefing is given to requesting Offerors, the Government will disclose the following information, if applicable: (1)Â The agency s evaluation of the significant weak or deficient factors in the debriefed Offeror s offer. (2)Â The overall evaluated cost or price and technical rating of the successful Offeror and the debriefed Offeror and past performance information on the debriefed Offeror. (3)Â The overall ranking of all Offerors when any ranking was developed by the agency during source selection. (4)Â A summary of the rationale for award. (5)Â For acquisitions of commercial products, the make and model of the product to be delivered by the successful Offeror. (6)Â Reasonable responses to relevant questions posed by the debriefed Offeror as to whether the agency followed source-selection procedures set forth in the solicitation, applicable regulations, and other applicable authorities. *The Government will not consider offers for award from offerors that do not provide the Buy American certification with their bid, quotation, or proposal, and all such responses will be deemed ineligible for evaluation and award. Certificate must be filled out, signed, and submitted with proposal. *The Government will not consider offers for award from offerors that do not provide the Limitations of Subcontracting document with their bid, quotation, or proposal, and all such responses will be deemed ineligible for evaluation and award. Document must be filled out, signed, and submitted with proposal. (End of provision) All quoters shall submit the following: One (1) quote in PDF format One (1) Limitations on Subcontracting certificate, filled out and signed in PDF format One (1) Buy America Certificate, filled out and signed in PDF format All quotes shall be sent to the Contracting Officer at Jonatan.Rondon@va.gov FAR 52.212-2 Evaluation-Commercial Products and Commercial Services (NOV 2021) (DEVIATION OCT 2025) (a) Evaluation factors. The Government will award a contract resulting from this solicitation to the responsible Offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors will be used to evaluate offers: (1) Technical or Quality: The quotation will be evaluated to the extent to which it can meet and/or exceed the Government s requirements as outlined in the solicitation and based on the information requested in the instructions to quoters section of the solicitation. (2) Price: The Government will evaluate the price by adding the total of all line-item prices, including all options. The Total Evaluated Price will be that sum. (b) Notice of award. A written notice of award or acceptance of an offer furnished to the successful Offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of Provision) Offerors must complete annual representations and certifications electronically via the System for Award Management (SAM) website located at https://sam.gov/. FAR 52.212-4, Contract Terms and Conditions-Commercial Products and Commercial Services (NOV 2023) (DEVIATION OCT 2025). To facilitate the award process, all quotes must include a statement regarding the terms and conditions herein as follows: "The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition." OR "The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following:" FAR 52.252-2 Clauses Incorporated by Reference (FEB 1998) FAR 52.219-33 Nonmanufacturer Rule (SEP 2021) (DEVIATION NOV 2025) FAR 52.225-1 Buy American-Supplies (OCT 2022) (DEVIATION NOV 2025) FAR 52.240-91 Security Prohibitions and Exclusions (DEVIATION NOV 2025) VAAR 852.219-73 VA Notice to Total Set-Aside for Certified Service-Disabled Veteran-Owned Small Businesses (JAN 2023) (DEVIATION). VAAR 852.219-76 VA Notice of Limitations on Subcontracting Certificate of Compliance for Supplies and Products (JAN 2023). VAAR 852.232-72 Electronic Submission of Payment Requests (NOV 2018) VAAR 852.242-71 Administrative Contracting Officer (OCT 2020) VAAR 852.246-71 Rejected Goods (OCT 2018) VAAR 852.247-73 Packing for Domestic Shipment (OCT 2018) Buy American Certificate (Oct 2022) (a) (1) The Offeror certifies that each end product, except those listed in paragraph (b) of this provision, is a domestic end product and that each domestic end product listed in paragraph (c) of this provision contains a critical component. (2) The Offeror shall list as foreign end products those end products manufactured in the United States that do not qualify as domestic end products. For those foreign end products that do not consist wholly or predominantly of iron or steel or a combination of both, the Offeror shall also indicate whether these foreign end products exceed 55 percent domestic content, except for those that are COTS items. If the percentage of the domestic content is unknown, select no . (3) The Offeror shall separately list the line item numbers of domestic end products that contain a critical component (see FAR 25.105). (4) The terms commercially available off-the-shelf (COTS) item, critical component, "domestic end product," "end product," and "foreign end product" are defined in the clause of this solicitation entitled "Buy American-Supplies." (b)Foreign End Products: Line Item No. Country of Origin Exceeds 55% domestic content (yes/no) (b)[List as necessary] (c) Domestic end products containing a critical component: Line Item No. ___ [List as necessary] (d) The Government will evaluate offers in accordance with the policies and procedures of part 25 of the Federal Acquisition Regulation. (End of provision) VAAR 852.219-76 VA NOTICE OF LIMITATIONS ON SUBCONTRACTING CERTIFICATE OF COMPLIANCE FOR SUPPLIES AND PRODUCTS (JAN 2023) (DEVIATION) As prescribed in 819.7011(c), in…
Files
Files size/type shown when available.
BidPulsar Analysis
A practical, capture-style breakdown of fit, requirements, risks, and next steps.
FAQ
How do I use the Market Snapshot?
It summarizes awarded-contract behavior for the opportunity’s NAICS and sector, including a recent pricing band (P10–P90), momentum, and composition. Use it as context, not a guarantee.
Is the data live?
The signal updates as new awarded notices enter the system. Always validate the official award and solicitation details on SAM.gov.
What do P10 and P90 mean?
P10 is the 10th percentile award size and P90 is the 90th percentile. Together they describe the typical spread of award values.